Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SPECIAL NOTICE

R -- RECOVERY – United States Virgin Islands American Recovery and Reinvestment Act In-kind Support (EP-C-08-002, Task Order 17, Modification 3)

Notice Date
7/14/2011
 
Notice Type
Special Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, 26 West Martin Luther King Drive, Cincinnati, Ohio, 45268
 
ZIP Code
45268
 
Solicitation Number
Contract_EP-C-08-002_TaskOrder_17_Modification3
 
Archive Date
8/1/2011
 
Point of Contact
David A Plagge, Phone: (513) 487-2022
 
E-Mail Address
plagge.david@epa.gov
(plagge.david@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY NO SOLICITAION WILL BE ISSUED AGAINST THIS SYNOPSIS The new anticipated period of performance for this task order will be from February 5, 2010 through September 30, 2011 (it was previously scheduled to expire July 31, 2011). The primary objective of this task order remains the same which is to assist EPA Region II in providing management tools in the areas of sanitary sewage, watershed planning, and green infrastructure for the US Virgin Islands: (a) The sources of fecal coliform pollution are difficult to determine. US Virgin Islands Department of Planning and Natural Resources (DPNR) believes that failing septic systems contribute greatly to fecal coliform pollution. The task order will assist DPNR in investigating this possibility. (b) Rainfall and observed data statistics would provide insight to longer range watershed planning. (c) The Green Infrastructure task described in this Task Order is intended to target reduction in urban runoff and pollutant loadings by managing the runoff as close to its sources as possible. The great majority of the work will be performed at the contractor's location in Watertown MA. The American Recovery and Reinvestment Act (ARRA) contains specific acquisition requirements that must be met when using appropriated funds from the Act, including the need for acquisitions to be in accordance with the FAR and, to the maximum extent practicable, awarded as fixed-price (FP) contracts using competitive procedures. However, the Office of Management and Budget's guidance allows for the use of other than FP contracts. Although the Agency's Office of Water (OW) contracts were not awarded as FP contracts, they were awarded competitively, and each contract structure was selected to provide the contractor with the greatest incentive for efficient and economical performance, given the types of services to be performed. The existing OW contracts have sufficient qualified acquisition personnel to provide appropriate contract administration and oversight to monitor contract performance to mitigate the Government's risk. In order to meet the requirements of the Act in the most prudent business manner within the time constraints imposed, existing OW contracts are the most appropriate contractual vehicles consistent with Agency plans that promote the goals of the ARRA.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/Contract_EP-C-08-002_TaskOrder_17_Modification3/listing.html)
 
Record
SN02499649-W 20110716/110714235932-d42dd2bd00215e26d174ab2dac85a212 (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.