Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2010 FBO #3295
SOURCES SOUGHT

F -- Site Assessment Team Support

Notice Date
11/30/2010
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
R2 CMSUS Environmental Protection AgencyContracts Management Section290 Broadway - 27th FloorNew YorkNY10007-1866USA
 
ZIP Code
00000
 
Solicitation Number
SOL-R2-11-00002
 
Response Due
12/22/2010
 
Archive Date
1/21/2011
 
Point of Contact
John J. Bachmann Jr.
 
E-Mail Address
bachmann.johnj@epa.gov
(bachmann.johnj@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE OF SITE ASSESSMENT TEAM SUPPORTThis is NOT a solicitation announcement. This is a Sources Sought Notice only. The purpose of this sources sought synopsis is for market research purposes to determine if capable, qualified small businesses (including Small Businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Business (VOSB), Women-Owned Small Business (WOSB), Historically Underutilized Business Zone (HUBZone) businesses, 8(a) firms, Small Disadvantage Business (SDB)) relative to North American Industry Classification System (NAICS) code 541620 - Environmental Consulting Services (size standard of $7,000,000 in gross annual receipts or income as defined in 13 CFR 121.104) possess the capability to support EPA?s Site Assessment Team (SAT) requirement. Responses to this sources sought notice shall not constitute responses to any solicitation. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government?s evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). DESCRIPTION: The intent of this notice is to request information from small business concerns for EPA?s Site Assessment Team Support. EPA is seeking market research into whether capable small business sources are able to provide the technical and analytical services to provide support to the U.S. Environmental Protection Agency (EPA) Region 2 Offices which include New York, New Jersey, Puerto Rico and the U.S. Virgin Islands in assessing and implementing National Priorities List (NPL) activities. The Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) (42 U.S.C. 9601 et seq.), enacted on December 11, 1980, as amended, established broad authority for the Government to respond to problems posed by releases or threats of release of a hazardous substance, pollutant, or contaminant. Responsibilities under CERCLA include: Section 104, Response Authorities; and Section 105, National Contingency Plan. CERCLA required the Federal Government to establish criteria for setting priorities among releases of hazardous substances, pollutants, and contaminants. EPA responded by developing the Hazard Ranking System (HRS), a scoring system which serves as the primary decision tool for determining which sites are placed on the National Priorities List (NPL). The HRS evaluates four pathways of exposure: groundwater, surface water, soil exposure, and air. For each pathway, the HRS evaluates: (1) the likelihood of release to the media, (2) characteristics of waste (toxicity, quantity, etc.), and (3) targets (actual or potentially exposed receptors). Sites that score 28.5 or greater are eligible for placement on the NPL. The NPL is EPA?s list of priority hazardous waste sites. Sites on the NPL are eligible for Federal funding to perform remedial actions. After discovery, the site is evaluated by the Region with a preliminary assessment (PA). A PA is an initial screening of the site in which all available data (e.g., past industrial activity, permit history, location of drinking water intakes) are collected and reviewed. If warranted by the PA, a site inspection (SI) is conducted. A SI involves on-site work that usually includes collection and analysis of suspected contaminated sources, soils, surface water, groundwater, and air samples. In many instances, integrated assessments, which combine activities of the PA, SI, and removal assessment, are conducted at sites. If warranted by the SI, the site is formally evaluated for placement on the NPL. To determine an HRS score, all of the data gathered during the PA and SI stages are analyzed using the HRS. Region 2 prepares the HRS packages (documentation record) which memorialize the Agency's rationale, data, scoring procedures, overall site score, and references, during the NPL listing process. The packages are submitted through the Region 2 EPA office to EPA Headquarters for a quality assurance/quality control review and analysis (QA/QC). After QA/QC reviews are completed, sites with an HRS score of 28.5 or greater are eligible for proposal to the NPL. For those sites determined to be appropriate for NPL listing, the HRS packages are placed in the Superfund docket for public review when the proposed rule is published in the Federal Register. Placing sites on the NPL is a two-stage process. First, sites are proposed to the NPL, and a 60-day comment period follows. The public comments on proposed sites are evaluated for technical accuracy and policy issues, and detailed responses are prepared. Second, following analysis and response to the public comments, sites still meeting the scoring criteria are placed on the NPL via a final rule. After a final rule, a period of 90 days is allowed for the public commentors to file legal challenges to the Agency?s decision to place the sites on the final NPL. The Region is responsible for discovering sites, evaluating their potential threat to human health and the environment, and implementing the HRS; EPA Headquarters is responsible for proposing and adding sites to the NPL, providing technical assistance in the event of litigation, and maintaining public information regarding these activities via the web and other data systems. CAPABILITY STATEMENT: To help determine if this potential requirement may be set-aside for small business concerns, the government is seeking input from the small business community regarding their interest and capability in performing the tasks reflected in the draft PWS. The Government requests demonstration of capability by interested parties through submittal of capability statements. The government will evaluate the qualifications of interested parties based on their responses regarding capability of performing the draft PWS. All capability statements must: 1) Not exceed and will be restricted up to ten (10) single-sided pages in length; 2) Be electronically submitted to the email address below by the stated deadline; 3) Include small business classification(s): (Small Business, 8(a), HUBZone, SDB, SDVOSB, WOSB, VOSB, etc.); 4) Address and provide examples of technical competencies and management/personnel experience relative to the key task areas in the draft PWS; 5) List references as well as demonstrate experience in conducting projects of similar size, scope, and complexity in the past 5 years; 6) State the (a) average number of employees of the concern; (b) average annual receipts based on the last 3 fiscal years; (c) other current business commitments (i.e., contracts, etc.); and (d) a description of the concern?s accounting system for accumulating costs and whether or not those system(s) have been audited and/or approved by any Government agency; 7) Demonstrate the management capability, corporate structure, and financial capability to meet the needs of the anticipated level of effort and scope of this requirement. The estimated value of this contract is from $10,000,000 - $25,000,000 over a period of up to five years. Note that any resulting solicitation under set-aside procedures will include FAR 52.219-14 Limitation on Subcontracting. The Government intends to consider all comments and the responsive capability statements when developing its final acquisition strategy and resulting RFP. The synopsis, amendments and other information related to this sources sought as well as any subsequent procurement notifications will be posted on FedBizOpps and EPA's website, at: http://www.epa.gov/oam/regions/index.htm#sources, under the Site Assessment Team (SAT) Support. All interested parties should check these sites frequently for updates. All information related to this procurement will be available at this link through the date of any award. CONTACT INFORMATION Please submit all Capability Statements by 4:00 P.M. EST on December 22, 2010 via email to: John J. Bachmann, Jr., Contracting Officer at Bachmann.JohnJ@epa.gov NO FAXES, MAIL OR PHONE CALLS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegII/SOL-R2-11-00002/listing.html)
 
Record
SN02335600-W 20101202/101130234306-cdac5245b39bd4a3ced13b34d2273e38 (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.