SOURCES SOUGHT
R -- Support for the Chemical, Coating and Commerce Sector
- Notice Date
- 4/29/2011
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- SRRPODUS Environmental Protection AgencyAriel Rios Building1200 Pennsylvania Avenue, N. W.Mail Code: 3805RWashingtonDC20460USA
- ZIP Code
- 00000
- Solicitation Number
- SOL-HQ-11-00038
- Response Due
- 5/12/2011
- Archive Date
- 6/11/2011
- Point of Contact
- Kristin Farris
- Small Business Set-Aside
- N/A
- Description
- PURPOSE The purpose of this sources sought notice is to gain knowledge of potential qualified sources and their size classifications (Service Disabled Veteran-Owned, Veteran-Owned Small Business, Women-Owned Small Business, 8(a), HubZone, Small Business, Emerging Small Business, and Small Disadvantage Business (SDB)) relative to NAICS code 541620 (size standard of $7.0M) Environmental Consulting Services. DISCLAIMER This is NOT a solicitation announcement. This is a sources sought notice only. Responses to this sources sought notice shall not constitute responses to a 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 the Government's discretion. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any government assessments. The information received will be utilized to assist in formulating a strategy for competitive procurements. DESCRIPTION The U.S. Environmental Protection Agency (EPA) has a need for support for the source specific regulatory component of its Integrated Urban Air Toxics Strategy. This component includes development of Maximum Achievable Control Technology (MACT) standards under Section 112(d) of the Clean Air Act, Generally Available Control Technology (GACT) standards under Section 112(k), residual risk standards under Section 112(f), New Source Performance Standards (NSPS) rule development under Section 111(c), and other standards to regulate emissions of air toxics from specific sources. The successful contractor(s) would provide support for studies, standards development, and/or guidance preparation focused primarily on the chemicals, coatings, and commerce sector. Please see the DRAFT SOW, available on the EPA Website, for additional scope details. CAPABILITY STATEMENT The Government anticipates a procurement to fulfill this requirement for a maximum of 5 years. The annual level of effort for this proposed contract is anticipated to fluctuate based on many independent factors including programmatic budget and agency priorities. Historically, the Government has made multiple awards to fulfill this requirement, with each award containing a base level of effort requirement as well as optional level of effort quantities for services that the Government may exercise at times when surge capacity is needed. Historically, an annual level of effort between 30,000 and 40,000 professional direct labor hours has been expended for this requirement. Surge capacity for this requirement in the future may exceed these amounts. The Government requests demonstration of capability by interested parties through submittal of a capability statement. Please describe and demonstrate at what base capacity (in direct labor hours) your company can provide level of effort to the Government for the services contemplated under this proposed contract. Additionally, please describe and demonstrate your company?s ability to fill the Government?s need for additional level of effort at times when surge capacity is needed, and at what additional capacity (in direct labor hours) your company could fill that need. All capability statements shall: 1.Include company name, address, DUNS, phone and principal owners including partners, subcontractors and/or joint venture arrangements.2.Include business classification(s): (Small business, 8(a), HUBZone, Small Disadvantaged business, Small Disadvantaged Veteran Owned business, and Women Owned small business) in your submission.3.Include specific examples of work previously performed in any or all task areas described in the draft SOW within the past three years. Experience as a subcontractor, partner, joint venture, or key personnel is considered in the same manner as primary experience.4.Include detailed, documented proof of your company?s past experience and/or capability to perform at the historical level of effort for this requirement. If your company and/or current staff is unable to perform at the above stated historical level of effort, please identify by Draft SOW task area, what partial level of effort your company can perform. If subcontracting and/or joint venture arrangements are anticipated, identify the business classification for each arrangement, as well as what partial level of effort will be provided via the arrangement.5.Not exceed ten (10) double-sided pages or twenty (20) single-sided pages.6.Be electronically submitted to the email addresses listed below. Responders are encouraged to avoid use of excessive marketing lexicon, submission of fancy brochures and other unnecessary sales literature, and product puffery. SUBMISSION INFORMATION The Government intends to consider all comments and the responsive qualification packages when developing its final acquisition strategy and resulting RFP(s). The synopsis, amendments and other information related to this sources sought, as well as any subsequent procurement notifications, will be posted via FedBizOpps (https://www.fbo.gov) and the EPA website (http://www.epa.gov/oamsrpod/ersc/CCC/index.htm). All information related to this procurement will be available at these sites through the date of any award. All interested parties are encouraged to continue to regularly check these sites for updates. Please provide the above requested capability statement via email no later than 3:00 pm ET, Thursday, May 12, 2011 to Kristin Farris at Farris.Kristin@epa.gov and Tia Gatling at Gatling.Tia@epa.gov. NO FAXES, MAIL OR PHONE CALLS WILL BE ACCEPTED
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/SOL-HQ-11-00038/listing.html)
- Record
- SN02436943-W 20110501/110429234747-b4275cb436ed8a45ea894888e857fb1b (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 |