Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2011 FBO #3455
SOURCES SOUGHT

R -- RCRA Enforcement, Permitting, and Assistance Contract (REPA 5) REPA Zone II (EPA Regions 4, 5, and 6) - Estimated Annual Activity by Task - PWS Draft

Notice Date
5/9/2011
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Headquarters, 1200 Pennsylvania Avenue, N.W., 3801R, Washington, District of Columbia, 20460
 
ZIP Code
20460
 
Solicitation Number
SOL-HQ-11-00039
 
Archive Date
6/21/2011
 
Point of Contact
Corey Kerzhner,
 
E-Mail Address
kerzhner.corey@epa.gov
(kerzhner.corey@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
REPA 5 PWS Draft May 2011 REPA 5 Estimated Activity by Task May 2011 SOURCES SOUGHT NOTICE RCRA Enforcement, Permitting, and Assistance Contract (REPA 5) REPA Zone II (EPA Regions 4, 5, and 6) This is a Sources Sought Notice only, NOT a solicitation announcement. The purpose of this sources sought synopsis is to identify 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)) which possess the capability to support EPA's RCRA Enforcement, Permitting, and Assistance requirement in Regions 4, 5, and 6. The 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). DESCRIPTION EPA has a potential requirement to provide technical support services to the EPA Zone II, which is comprised of EPA Regions IV, V, and VI. The requirement would support EPA activities, as well as EPA coordinated efforts with states, tribes and other Federal agencies, at private, state and federal facilities, Indian Country, U.S. Territories, along the United States international borders, and further abroad. The activities required under this contract will support the RCRA goals cited above and other programs or related Agency initiatives. Under the authority of the Resource Conservation and Recovery Act (RCRA) and in cooperation with our state and tribal partners, EPA manages a hazardous waste program, an underground storage tank program, and a solid waste program including development of waste reduction strategies such as recycling. The goals of the RCRA program are: 1) Protect human health and the environment from the hazards posed by waste disposal; 2) Conserve energy and natural resources through waste recycling and recovery; 3) Reduce or eliminate the amount of waste generated, including hazardous waste; and, 4) Ensure that waste is managed in an environmentally safe manner. RCRA is the result of several laws. Congress passed the Solid Waste Disposal Act (SWDA) in 1965. This statute provided the basis for regulating the proper management of solid waste. The SWDA went through several major amendments resulting in the RCRA of 1976. The Hazardous and Solid Waste Amendments (HSWA) in 1984 and the Federal Facilities Compliance Act of 1992 have also amended RCRA. To achieve RCRA program goals, four distinct yet interrelated programs exist under RCRA. Subtitle D of RCRA promotes and encourages the environmentally sound management of solid waste. It includes minimum Federal technical standards and guidelines for state solid waste plans. Subtitle C establishes a management system that regulates hazardous waste from the time it is generated until its ultimate disposal, in effect, from "cradle to grave". Subtitle I regulates petroleum products and hazardous substances (as defined under Superfund) that are stored in underground tanks. It establishes performance standards for new tanks and requires leak detection, prevention and corrective action at underground tank sites. Subtitle J regulates medical waste generation, treatment, destruction, and disposal. In conjunction with achieving the RCRA program goals, other programs or related Agency initiatives may be addressed within this performance work statement. This includes the following programs and initiatives: Clean Air Act (CAA), Clean Water Act (CWA), Toxic Substance and Control Act (TSCA), Safe Drinking Water Act (SDWA), Federal Insecticide, Fungicide and Rodenticide Act (FIFRA), Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), Resource Conservation Challenge (RCC), Pollution Prevention (P2), National Environmental Performance Track (NEPT), Environmental Management Systems (EMS), Border 2012, Environmental Justice (EJ), National Environmental Justice Advisory Committee (NEJAC), Community Based Environmental Protection (CBEP), Emergency Planning and Community Right to Know (EPCRA), RCRA Brownfields, and other new initiatives and special programs. ESTIMATED LEVEL OF EFFORT (LOE) EPA estimates the potential requirement to consist of 150,000 hours, in professional labor, over a five (5) year contract. CAPABILITY STATEMENT: In order to help EPA determine if this potential requirement should be set-aside for small business concerns, EPA seeking capability statements from the small business community regarding their interest and capability in performing the tasks reflected in the draft Performance Work Statement. EPA will evaluate the qualifications of interested parties based on their responses regarding capability of performing the draft PWS referenced located at: http://www.epa.gov/oam/srpod/index.htm#sources under the "RCRA Enforcement, Permitting, and Assistance Contract (REPA 5) REPA Zone II (EPA Regions 4, 5, and 6)" link. At this website, there is also a breakout, by region, of what tasks each region envisions ordering under REPA 5. These provided percentages are estimates only, and may vary. All capability statements must: 1. Not exceed and will be restricted up to five (5) single-sided pages in length, minimum 10 point font. 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 technical competencies and management/personnel experience relative to: (a) the key task areas in the draft PWS; and (b) the overall business demands of the proposed acquisition for the best mix of cost, performance, and schedules. 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 estimating and accumulating costs under cost-reimbursement contracts-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. Note that any resulting solicitation under set-aside procedures will include FAR 52.219-14 Limitation on Subcontracting. EPA intends to consider all comments and the responsive capability statements 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 on FedBizOpps and EPA's website, at: http://www.epa.gov/oam/srpod/index.htm#sources under the "RCRA Enforcement, Permitting, and Assistance Contract (REPA 5) REPA Zone II (EPA Regions 4, 5, and 6)" link. 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. At this time NO solicitation is available. The decision to solicit for a contract shall be solely within EPA's discretion. This sources sought notice is not to be construed as a commitment by EPA, nor will EPA reimburse any costs associated with the submission of information in response to this notice. CONTACT INFORMATION Please submit all Capability Statements by 3:00 P.M. EST on June 6, 2011 via email to: Corey Kerzhner, Contracting Officer at kerzhner.corey@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-11-00039/listing.html)
 
Place of Performance
Address: EPA Regions 4, 5, and 6, United States
 
Record
SN02442807-W 20110511/110509234128-874c2cef361bb59bcf9f756f0294741d (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.