SOLICITATION NOTICE
R -- TECHNICAL SUPPORT SERVICES FOR ASSESSMENT OF CHEMICAL HAZARDS ASSOCIATED WITH OIL AND HAZARDOUS MATERIALS RELEASES
- Notice Date
- 4/7/2014
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- AB-133C-14-RP-0045
- Archive Date
- 6/6/2014
- Point of Contact
- Sharon Kent, Phone: 206-526-4516
- E-Mail Address
-
Sharon.S.Kent@noaa.gov
(Sharon.S.Kent@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- National Oceanic and Atmospheric Administration's (NOAA), National Ocean Service (NOS), Office of Response and Restoration (ORR), has a requirement to assess chemical hazards associated with oil and hazardous materials releases. Assessing the fate and effects of chemicals spilled or released into the environment requires multi-disciplinary scientific knowledge and experience. In addition to strong chemistry background, the contractor must be able to provide professional scientific consultation that combines chemistry with relevant physical and biological sciences. The work primarily occurs in coastal regions of the United States and its territories. However, the contractor shall be prepared to perform work internationally if required. Contractor support may be required to respond to tasks on both an emergency and non-emergency time frame. It is anticipated that a higher percentage of effort will be for non-time critical support, but the ability of the contractor to respond quickly during an emergency event is critical to ORR's mission and paramount to the fulfillment of the contractor's obligations. The focus of the technical and scientific support is chemistry-related issues during hazardous material and petroleum spills, but ORR may support all hazards missions, such as disaster responses and port security contingency planning issues that involve chemical risks. There are 4 major tasks under the proposed contract: TASK A: 24/7 Incident Response and Incident Response Preparation Response Posture : The contractor shall provide “24/7”, 365 days/year of coverage. Holidays are not exempt. A qualified spill response professional must respond to a call from ORR within one hour of the initial contact and provide the required support directly by verbal consultation or have access to the resources required to investigate the request and provide follow-up communications both verbally and written. On-Scene Response : The contractor may be required to travel to the site of the incident to provide direct consultation and technical/scientific support to federal response personnel and cleanup personnel on issues related to chemistry. In addition to direct consultation to NOAA's Contracting Officer's Representative (COR), Scientific Support Coordinator and other response officials, the contractor shall provide field support activities that may include field monitoring, sampling, and assessments if required. If the situation requires on-scene response support, the contractor must be in route to the site of the emergency within 24 hours after notification. Chemical Hazard Assessment : When 24/7 or on-scene response is required, the contractor shall provide either an oral or written report, on short notice as required. The reports must reflect the information or specific support requested. A common requirement will be for the contractor to provide a concise assessment of the hazards associated with the spilled chemical, the transport and fate of the chemical relative to the specific incident environment, and any unique or scenario-specific concerns. Other emergency requirements may include recommendations for sampling or a review of proposed sampling and/or analytical protocols, or to recommend or review mitigation techniques. The contractor must have the resources necessary to research specific chemical and scientific questions within the same “24/7” response posture. This may require the contractor to report to an office environment or have remote access to key reference materials and email capability. Spill Response Preparedness : For 24/7 or on-scene response, the contractor shall contribute to spill preparedness activities including drills and the production of spill response planning documents such as Area Contingency Plans as required. The contractor's role includes the assessment of the hazards associated with chemicals that might be released into the environment and to initiate activities designed to maintain the preparedness of its own staff. Contractor Training and Work Environment for Task A : The contractor's field team personnel shall maintain proper HAZWOPER Certification. It is the policy of ORR to not send personnel into unstable, hazardous environments. This is true of both political hazards (such as war zones) and environmental hazards (such as the hot zone during a chemical release). During an emergency response, ORR personnel and NOAA contractors shall not enter into any zone where respirators or supplied air is required, without special approval from ORR's Industrial Hygienist. The contractor shall meet all safety training and standards as directed by NOAA for contractor personnel. All members of the on-site response team are required to have HAZWOPER Training as defined by 29 CFR Part l910.120. At a minimum, response team members are required to meet the 24-hour training requirements under 29 CFR Part 1910.120(e) (3) (ii), maintain annual 8 hour refresher certification, and carry certification documentation when responding on-scene. Additional cold water survival and aircraft safety training may be required by NOAA for certain response activities. NOAA will pay for this type training but not travel. Task A represents approximately 30% of the total contract effort. TASK B: Workshops and Training The contractor shall develop training materials and conduct training and workshops when required. Training may be requested as part of planned activities across the U.S. and its territories or at the contractor's facility. On rare occasions, a workshop or training activity will require travel outside of the U.S. As appropriate, training materials must address the fate and effects of chemicals and oils spilled in the environment, analytical techniques, analytical instrumentation, sampling protocols, and alternative spill response technologies, and mitigation techniques. Like the Chemical Hazard Assessments, training must be developed to communicate to both spill response scientists and lay-spill responders as appropriate. Task B represents approximately 15% of the total contract effort. TASK C: Research and Development The contractor shall provide technical support in the area of chemistry as required to support ORR in its mission critical activities. The contractor may be required to develop, manage, and perform research projects, as well as contribute to the projects managed by ORR personnel. The following represents possible assignments: design and conduct experiments and field test to further the scientific knowledge of the chemical hazards in the environment; develop measurement technologies to detect and quantify dispersed oil; evaluate alternative spill response countermeasures such as solidifying agents. Results from these efforts shall be documented in written reports and publications, and may influence ORR response and restoration strategies. The contractor may be required to research and review chemical information that will be incorporated into data and software products produced by ORR to aid spill responders. An example of such products includes CAMEO and ADIOS2. The contractor may be required to develop and implement methods for validating numerical models that are used to predict the fate and transport of chemicals in the environment. Task C represents approximately 25% of the total contract effort. TASK D: Analytical and Laboratory Support When requ ire d, the contractor shall provide analytical support for the analysis of environmental samples contaminated with petroleum and/or petroleum products to determine the relevant physical characteristics, short-term fate, and apparent toxicity of the oil based on the relative distribution of Polycyclic Aromatic Hydrocarbons ( PAHs ). Analytical support may extend into the identification of other chemical pollutants or unknowns, but will not extend to the analysis of any known highly dangerous samples that would be outside the scope of work for a typical commercial laboratory. The contractor must be able to assess the quality of the data from the chemical analyses provided, and interpret the results in terms of its implications to operational-decisions. The following laboratory support functions are routinely requested; however, the range of laboratory and analytical support functions may not be limited to the following: 1) Chemical characterization and compositional analysis of reference oils and spilled oil samples by Gas chromatography/mass spectrometry (GC/MS). Compositional analysis would include the quantification of selected alkanes and PAHs common to oil and typically monitored during oil spill events, 2) The contractor must understand oil chemistry and possess the ability to interpret analytical data such as a fingerprint determination between an unknown and reference to determine if they are derived from a common source, 3) The laboratory support element must include the ability at assess key physical property data such as density and viscosity of reference and spilled oil samples, and 4) Assess a spilled oil's applicability to the application of chemical dispersants. Task D represents approximately 30% of the total contract effort. A comprehensive list of actual requirements will be included in the Statement of Work within the solicitation package document. The proposal will be competed with fully and open competition. The North American Industry Classification Code (NAICS) is 541990 with a size standard of $14M. All contractors doing business with the Government MUST be registered in the System for Award Management (SAM) using this NAICS code. In order to register with the SAM and to be eligible to receive an award from this acquisition office, all offerors must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://iupdate.dnb.com/iUpdate/viewiUpdateHome.htm or by phone at (866) 969-8491. This procurement also requires offerors to complete the electronic representations and certifications at the SAM website. Any resulting contract will be awarded as an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract with firm-fixed-price, labor hour and time-and-materials task orders issued on an as-needed basis. The period of performance will be one base period (approximately July 1, 2014 through June 30, 2015) with four one-year option periods. A Request for Proposal (RFP) solicitation will be available on or about April 22, 2014 through this website. No paper copies of the solicitation will be issued. No telephone, facsimile, or written requests will be accepted. Interested parties should use the FedBizOpps [Add to Watchlist] and [Add Me To Interested Vendors] features which provides a notification when the RFP becomes available for download as well as all postings of information associated with this solicitation thereafter. Each potential offeror is responsible for checking the FedBizOpps website to gain all current information related to the solicitation. The solicitation and any further announcements regarding the solicitation will be posted only at http://www.fbo.gov/. THE DATE OFFERS ARE DUE WILL BE STATED WITHIN THE SOLICITATION DOCUMENTS and will be adjusted based upon the actual release date of the solicitation. All questions of any nature regarding this procurement should be sent in writing to the Contract Specialist, Sharon.S.Kent@noaa.gov or via fax at 206-527-7144 as NO TELEPHONE INQUIRIES WILL BE HONORED. All responsible, responsive sources may submit an offer which will be considered by the Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB-133C-14-RP-0045/listing.html)
- Place of Performance
- Address: Most of the work will be within the coastal regions of the U.S. and its territories, but international travel has occurred in the past., United States
- Record
- SN03331348-W 20140409/140407234024-2c3043ef17accc4b96be8c2e85947c30 (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 |