Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2014 FBO #4669
MODIFICATION

F -- Enforcement Support Services Region 5

Notice Date
9/4/2014
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Region 5US Environmental Protection Agency77 West Jackson BoulevardChicagoIL60604-3507USA
 
ZIP Code
00000
 
Solicitation Number
SOL-R5-14-00001
 
Response Due
9/11/2014
 
Archive Date
10/11/2014
 
Point of Contact
Rhonda Flynn
 
E-Mail Address
flynn.rhonda@epa.gov
(Flynn.Rhonda@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number SOL-R5-14-00001 is issued as a request for proposal (RFP) to provide contractor enforcement support services to the Environmental Protection Agency (EPA) as described in the Performance Work Statement (PWS) and other references attached to this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This procurement is a total small business set aside. Only offers submitted by small businesses will be accepted by the Government and considered for award. The applicable primary NAICS code is 541620, Environmental Consulting Services with a small business size standard of $15 Million. A list of Contract Line Item Number(s) (CLIN(s)) are included in Attachment A of the solicitation. The Government intends to award a multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) Contract with a one (1) year base period and two (2), 2-year option periods, for a maximum period of performance of five (5) years. The total estimated ceiling for this IDIQ is $4,500,000.00 to include labor, travel, and materials. Each contract awardee will be provided fair opportunity in accordance with FAR 16.505(b) when placing task orders as specified in the solicitation - Attachment I Ordering Procedures The EPA anticipates awarding a minimum of two (2) IDIQ contracts but may award one (1) IDIQ contract if only one responsible offeror is found to be technically acceptable with fair and reasonable per hour labor rates and pricing. Offerors shall propose fully loaded fixed labor rates for each labor category identified in Attachment A ? Price Schedule. Offerors shall incorporate the proposed fully loaded fixed labor rates into the table included in the clause titled, ?EPAAR 1552.216-73 Fixed rates for services ? indefinite delivery/indefinite quantity contract. (APR 1984)?. Task orders will be awarded on a Firm Fixed Price basis if applicable. Task orders that cannot be awarded on a Firm Fixed Price basis will be awarded as Time and Materials task orders in accordance with the regulations in FAR 16.6 as determined by the EPA Acquisition Office. Travel and Other Direct Costs may be required during the performance of this IDIQ contract. Not-to-exceed line items for travel and Other Direct Costs (ODCs) are included in the price schedule for the base period and each option period (Attachment A? Price Schedule). Offeror(s) shall include this amount in their offer. Enforcement support service requirements as described in the Performance Work Statement (PWS) and other references attached to this solicitation. Enforcement support services will primarily be performed in Region 5 states which include Illinois, Indiana, Michigan, Minnesota, Ohio and Wisconsin. FAR 52.212-1, Instructions to Offerors Commercial Items including Attachment H Provision Addendum applies to this acquisition. FAR 52.212-2, Evaluation -- Commercial Items applies to this acquisition. The evaluation factors include Technical Understanding and Capability, Past Performance, Organizational Conflict of Interest Plan, and Price. Offers shall address each of the evaluation factors listed in FAR provision 52.212-2 Evaluation- Commercial Items. (JAN 1999). Offers shall set forth any exceptions/assumptions taken with regard to the PWS or any other aspect of the solicitation. In addition, to be considered responsive, ensure all required certifications, contractual provisions and other required documentation is completed and submitted, as applicable (See Attachment C for Clauses and Attachment H for Provisions). FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this acquisition. Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with its offer. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items including Attachment C Clause Addendum applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items and the additional FAR clauses cited in the clause are applicable to this acquisition. Offer Submission Deadline: Submit your offer via FedConnect on or before 12:00 PM Central Time, on 11 September 2014. Offers shall be submitted via FedConnect. Offers must be separated into two (2) documents: a technical proposal and a price proposal. Offers received after the solicitation response due date and time may not be accepted. Any questions regarding this solicitation shall be forwarded to the Contract Specialist, Rhonda Flynn, via e-mail at flynn.rhonda@epa.gov by 12:00 PM Central Time on 2 September 2014. Responses to questions will be posted via FedConnect. Contact the Contract Specialist, Rhonda Flynn 312-353-3187 or Flynn.rhonda@epa.gov for information regarding the solicitation. This solicitation shall not be considered direction to proceed with the subject effort, nor a promise of future direction to proceed. Contractors are solely responsible for the submission costs of their offers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/MMC-10J/SOL-R5-14-00001/listing.html)
 
Record
SN03496382-W 20140906/140905000028-b44cbe6287fdb212e18082a054092096 (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.