Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2014 FBO #4493
SOURCES SOUGHT

F -- EPA Region 1 Emergency and Rapid Response Services (ERRS) IV

Notice Date
3/12/2014
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Region 1US Environmental Protection Agency5 Post Office SquareBostonMA02109-3912USA
 
ZIP Code
00000
 
Solicitation Number
SOL-R1-14-00001
 
Response Due
4/8/2014
 
Archive Date
5/8/2014
 
Point of Contact
Michael Ottariano
 
E-Mail Address
Ottariano.Michael@epa.gov
(Ottariano.Michael@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Environmental Protection Agency (EPA) is issuing this Sources Sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Emergency and Rapid Response Services (ERRS) IV within EPA Region 1. The ERRS IV contract requirement is a follow on to the ERRS III contracts in Region 1 numbered EP-W-08-061 and EP-W-08-062 awarded to Environmental Restoration, LLC and Guardian Environmental Services Company, Inc. respectively. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 562910, Environmental Remediation Services, with a U.S. Small Business Administration (SBA) size standard of 500 employees. The estimated length of contract for this requirement is five (5) or seven (7) years and the estimated maximum contract value for this regi onal effort is in the approximate range of $100-150 million. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The purpose of the ERRS IV contract requirement is to conduct emergency responses, time-critical and non time-critical removals, and remedial actions with respect to the release or threat of release of oil, hazardous and toxic wastes, petroleum products, hazardous substances, or pollutants, contaminants or fire or explosion hazards, that pose an actual or potential threat to human health or welfare, or the environment. This effort will also include the cleanup for incidents involving weapons of mass destruction, acts of terrorism, and chemical, biological, radiological, and nuclear (CBRN) incidents. This contract does include some substantial and segregable amounts of construction where the Davis Bacon Act would be applicable. Please see the attached draft Statement of Work (SOW) for a detailed description of the requirements; the SOW is not in final form and is subject to change. The work will be primarily conducted within U.S. EPA Region 1, which includes the states of Connecticut (CT), Maine (ME), Massachusetts (MA), New Hampshire (NH), Rhode Island (RI), Vermont (VT), and 10 Tribal Nations. Furthermore, the contractor may need to respond to unforeseen incidents, and in such cases, must be able to perform outside the region on a back-up regional, cross regional, national, and/or international response, on behalf of U.S. EPA Region 1. Contractors shall be able to maintain a twenty four (24) hour, seven (7) day a week year-round response capability to support such U.S. EPA needs as detailed in the SOW. Contractors do not need to solely possess the capabilities to perform the entirety of tasks listed within the SOW, but would need to demonstrate how all of the tasks detailed would be achieved. This may be accomplished based on a teaming arrangement with other contractor(s). If the contract is set-aside for small businesses, small business contractors are reminded that in service contracts at least fifty (50) percent of the contract cost for personnel must be expended for employees of the small business in accordance with the FAR clause entitled, "52.219-14 Limitations on Subcontracting." Due to the nature of the services provided in this contract, there will need to be adequate prime contractor personnel, as well as subcontractor personnel, located and available within the Region 1 states. Adequacy will be determined in the solicitation. I.Capability Statement If your organization has the potential capacity to perform these contract services, please provide the following information limited to ten (10) single spaced pages with 10 point font in response to the four (4) items below: 1. Organization name, address, email address, Web site address, telephone number, size and type of ownership for the organization and point of contact information (name, title, telephone number, and email address). List any satellite/branch offices as well. 2. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. In addition to addressing some or all of the component tasks listed in the SOW, please focus on your ability to have 24/7 response capabilities and support capabilities in all levels of personal protection (Levels A, B, C, and D as specified by Occupational Safety and Health Administration (OSHA) and National Fire Protection Association (NFPA)), response/site cleanup experience providing responses to multiple events simultaneously, and responses where your company was tasked to perform work as part of a large scale incident in which Incident Command System (ICS) Unified Command was implemented. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 3. Past Performance/Experience on projects of similar scope and magnitude. Describe no more than five (5) time critical and emergency response projects relating to the spectrum of hazards explained above, i.e. oil, hazardous and toxic wastes, CBRN, etc. that have been completed within the past five (5) years. Information should include project title, location, dollar value of the contract, agency for which the work was performed with reference contact information and a general description of work to demonstrate relevance to the SOW. Past performance experience should be clearly identified for all partners. 4. If able, provide financial assurance capabilities (bonding level(s); single and aggregate bonding capacity expressed in dollars). II.Request for Information (RFI) Please also provide the following information which will assist EPA in developing an acquisition strategy that best meets the needs of the EPA and its contractors. There are no page limitations for the six (6) items below. 1. Review the draft statement of work and exhibit and make any suggestions or recommendations for improvement. Please identify areas that are not fully addressed or lack clarity. 2. Provide recommended performance measures (elements of a Quality Assurance Surveillance Plan, i.e. performance standards, method of surveillance, acceptable quality levels, and incentives) and provide examples from your current performance based contracts. 3. Provide recommendations/experience on tasks and efforts for fixed price contracting under the work areas of the SOW, such as emergency response projects and removal responses. 4. List any recommendations or suggestions for effective and efficient multiple award contracting using the fair opportunity process outlined in FAR 16.505(b) under the work areas of the SOW. 5. Upon reviewing Section II.A.11. of the SOW entitled, "Response Times and Level A Response Capabilities," please provide a response to the following questions: a. Would relaxing emergency response times for each distance (80, 80-160, 160-240 mile radius, etc.) affect your company's ability to meet the requirements and thus submit a proposal for this effort? b. Does relaxing the response times as described above alter your emergency response process? If so, please describe the change and impact on cost. c. In an emergency response action, identify the number of hours notice required before additional cost is incurred for each of the four (4) distances provided? For example, a two (2) hour notice for an emergency that is less than 80 miles away will cost the same as a three (3) hour notice, but after four (4) hours the cost to respond to the emergency is reduced by a certain amount due to a process change which affects indirect rate pools. 6. List any recommendations or suggestions for dealing with low value equipment. Generally low capital value, non-consumable items (i.e., items valued at a $1,000.00/$1,5000.00 or less) are not allowable as separate direct costs to the contract. They are considered to be included in the fixed rates for labor, equipment, other items identified in Section B of the contract, or included in the allowable indirect costs in accordance with usual accounting practices. Please provide the typical dollar value associated with such equipment used in your accounting system. Responses to this Sources Sought synopsis and RFI will be separated into the two (2) sections outlined above. The government will evaluate this market information to ascertain potential market capacity to: 1. Provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3. Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4. Provide services under a Performance-Based Service Acquisition (PBSA) contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone calls will be accepted, but all inquiries need to be submitted through email and no feedback or evaluations will be provided to companies regarding their submissions. In addition to the Source Sought synopsis, EPA recommends all interested parties (whether submitting a capability statement or not) to add their company information to the "Interested Vendors List" tab associated with this notice on FedBizOpps. However, adding a company's name to the interested vendors list only is not sufficient for making a determination on qualified small businesses, therefore you are highly encouraged to submit a capability statement. Primarily, the interested vendors list will be a point of reference for prospective offerors to find teaming partners and potential subcontractors for this requirement. Additionally, the interested vendors list will aid the Government in its market research efforts. Interested vendors can add their company information to the interested vendors list by viewing the synopsis of this Sources Sought on FedBizOpps (fbo.gov) and clicking on the "Interested Vendors List" tab. Then click on "Add me to Interested Vendors" button at the bottom of the page and follow the system instructions. To view the Sources Sought in FedConnect, please clink on the link provided. When in FedConnect, register for an account, sign in if you already have an account, or search public opportunities. You can set the Search Criteria to Reference Number and search using the number of SOL-R1-14-00001. The draft SOW will be available on FedConnect. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought synopsis by April 8, 2014 at 2:00 PM. All responses under this Sources Sought synopsis must be emailed to williams.brandon@epa.gov, with a copy to ottariano.michael@epa.gov. If you have any questions concerning this opportunity please contact williams.brandon@epa.gov or ottariano.michael@epa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegI/SOL-R1-14-00001/listing.html)
 
Record
SN03308546-W 20140314/140312234710-fff74b7a37b29bc5e2b0dd259dbbfa82 (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.