Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

R -- Support for Implementation of Municipal Wastewater and Drinking Water Programs

Notice Date
7/1/2010
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
PR-CI-10-10360
 
Archive Date
7/16/2010
 
Point of Contact
KIMBERLI S. IRWIN, Contract Specialist, Phone: 513-487-2031, E-Mail: irwin.kimberli@epa.gov
 
E-Mail Address
KIMBERLI S. IRWIN
(irwin.kimberli@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Environmental Protection Agency (EPA), Office of Water (OW), Office of Wastewater Management (OWM), Municipal Support Division (MSD) has a requirement entitled, "Support for the Implementation of Municipal Wastewater and Drinking Water Programs.? The services that will be provided by this contract are necessary to support OW responsibilities under the Safe Drinking Water Act (SDWA) and the Clean Water Act (CWA) in the implementation of a Drinking Water State Revolving Fund (DWSRF) and Clean Water State Revolving Fund (CWSRF) to assist public water systems in financing the costs of infrastructure necessary to achieve or maintain compliance with SDWA requirements and to protect public health. In particular, the required support services include: 1) Support of national and state program design, implementation and evaluation (including methodologies for cost impact assessment and risk analysis/environmental benefits); 2) Support of development and implementation of state revolving funds, Special Appropriation Act Projects (SAAP), nonpoint source, estuary, green infrastructure, water and energy efficiency and small community programs and state/tribal programs; 3) Preparation of informational materials such as, case studies, guidance materials, strategies, brochures, reports, fact sheets, handbooks, newsletters, training guides, slide shows and videotapes; and 4) Organize and conduct public meetings, workshops, training programs, seminars and conferences. This procurement will be competed as a total Small Business Set-Aside. It is anticipated that a Cost Plus Fixed Fee/Level of Effort contract will result from the award of this solicitation. The base period is expected to begin on October 1, 2010. The base period and each available option period will consist of 15,300 direct labor hours with each period having the potential of an additional 19,600 direct labor hours. It is anticipated that the contract will have one (1) base period with four (4) option periods consisting of 12 months each for a total maximum potential performance period of five (5) years and a total of 76,500 direct labor hours with the potential of an additional 98,000 direct labor hours. The applicable NAICS code is 541611 with a size standard of $7.0 M. Although the agency is still evaluating the Conflict of Interest Plan for this requirement, it is anticipated that offerors will be required to respond to the disclosure provision entitled, ?DISCLOSURE REQUIREMENTS FOR ORGANIZATIONAL CONFLICTS OF INTEREST?.The disclosure provision will require firms and/or individuals to disclose business or financial relationships with the following organizations: 1)Firms and/or individuals that act in a consulting, advisory, or legal capacity for any organization in an attempt to influence, overturn, or circumvent regulations on wastewater discharge and water quality. 2)Firms and/or individuals that have, or firms and/or individuals with significant clients who have, a pecuniary or financial interest in either the issues or the outcomes of EPA decisions supported by the work under this contract, to specifically include on-going involvement in activities that are subject to, or substantially affected by, environmental regulation. Interested firms and/or individuals, such as firms that manufacture water purification systems for sale, may demonstrate a financial interest because OW recommendations and guidance developed under this contract could have a favorable or unfavorable impact on those sales, thereby constituting a potential financial interest in the outcome. The Agency has determined that firms directly engaged in or having significant business or financial relationships with firms that own, operate or invest in community water systems, firms that own or operate facilities which are substantially affected by the CWA and/or SDWA regulations, such as, agricultural chemical manufacturers, any organization with agricultural interests, waste water treatment facilities or contaminated waste disposal firms, firms that have vested commercial interests in emerging decontamination technology and firms that manufacture water purification systems for sale, may present significant actual or potential COI concerns. The Agency will use the information provided in the disclosure statement and an offeror?s COI plan to enable the Contracting Officer to determine an offeror?s eligibility for award. It is estimated that the solicitation will be available on or around July 22, 2010 and that proposals will be requested in 30 days after issuance of the solicitation. All responsible sources that submit a proposal will be considered by the agency. A copy of the Performance Work Statement will be included as an attachment to the solicitation. The point of contact for this solicitation is Kimberli Irwin, Contract Specialist, USEPA, 26 W. Martin Luther King Drive, Mail Code: NWD 001, Cincinnati, OH 45268 who may be reached via e mail at Irwin.Kimberli@epa.gov or via telephone at (513) 487 2031. A copy of the solicitation will be available on the Environmental Protection Agency's, Office of Acquisition Management (OAM), Cincinnati Procurement Operation Division's website: http://www.epa.gov/oam/cinn_cmd.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/PR-CI-10-10360/listing.html)
 
Record
SN02194309-W 20100703/100701235417-fb34e1e817e0bba0702e7b866972d34f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.