Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2015 FBO #4926
MODIFICATION

F -- Unified Regional Oversight Contract (UROC) - Attachment

Notice Date
5/19/2015
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Region 5 US Environmental Protection Agency 77 West Jackson Boulevard Chicago IL 60604-3507 USA
 
ZIP Code
00000
 
Solicitation Number
SOL-R5-15-00006
 
Response Due
6/4/2015
 
Archive Date
6/19/2015
 
Point of Contact
Olsson, Daniel
 
Small Business Set-Aside
Total Small Business
 
Description
SOL-R5-15-00006 Attach 6 Solicitation Provisions Amend 1 Attach 4 Labor Category Descriptions Amend 1 Attach 1 UROC SOW Amendment 1 UROC Questions and Answers 1. OVERVIEW In accordance with FAR 12.603, Streamlined Solicitation for Commercial Items, the following statements apply to this solicitation: a. This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information as prescribed 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 separate written solicitation will not be issued. b. Solicitation number SOL-R5-15-00006 is issued as a Request for Proposal (RFP) for contractor provided services to provide support to the EPA through technical oversight and support of the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and Resource Conservation and Recovery Act (RCRA) activities as described in the Statement of Work (SOW) and other documents attached to this solicitation. (See Attachments 1-6.) c. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82, effective May 7, 2015 and EPA Acquisition Regulations (EPAAR) as of May 7, 2015. d. 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 North American Industry Classification System (NAICS) for this requirement is 541620, Environmental Consulting Services with a Size Standard of $15 Million. e. Description of Requirement. See Attachment 1, Unified Regional Oversight Contract Statement of Work (SOW) and Attachment 2, Reports of Work. f. Contract Line Item Numbers (CLINs) for this requirement are included in Attachment 3, Contract Line Item Numbers (CLINs). Offerors shall utilize Attachment 4, Labor Rates Table, to submit pricing for the defined Labor Categories, Attachment 4 Labor Category Descriptions. g. Period of Performance. The contract Period of Performance will be for one year Base Period with four one year Option Periods. h. FAR 52.212-1, Instructions to Offerors ¿ Commercial, see Solicitation Provisions, Attachment 6. i. FAR 52.212-2, Evaluation ¿ Commercial Items applies to this acquisition. The evaluation factors include Technical Capability, Experience, Past Performance, and Price. Offers shall address each of the evaluation factors listed in FAR provision 52.212-2 Evaluation-Commercial Items. (JAN 1999). See Solicitation Provisions, Attachment 6. j. 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 the offer. See Solicitation Provisions, Attachment 6. k. FAR 52.212-4, Contract Terms and Conditions ¿ Commercial Items applies to this acquisition. See Contract Clauses, Attachment 5. l. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order ¿ Commercial Items and the additional FAR clauses cited in the clause. See Contract Clauses, Attachment 5. 2. CONTRACT TYPE EPA intends to award two or more IDIQ contracts from this solicitation. Indefinite quantity contract(s) that permits either firm fixed priced Task Orders or time and material Task Orders with fixed labor rates will be awarded based on this combined synopsis/solicitation. Task Orders will be issued as fixed price when possible but due to the unpredictable nature of the work, Task Orders may be issued on a time and material basis using fixed rates for each labor category. 3.PROCEDURES FOR SOLICITATION, EVALUATION, AND AWARD The source selection evaluation procedures for this solicitation will utilize solicitation, evaluation, and award procedures as outlined in FAR 12.203, in conjunction with the requirements set forth in FAR 52.212-2 Evaluation ¿ Commercial Items, EPA Source Evaluation and Selection Procedures ¿ Negotiated Procedures and EPAAR subpart 1515.3, Source Selection. 4.SITE VISIT No site visit will be conducted. 5. BASIS FOR AWARD The government intends to evaluate proposals and award a contract(s) without discussions, as provided by paragraph (g), FAR 52.212-2 Evaluation - Commercial Items. The government reserves the right to conduct discussions with offerors, if later determined by the Contracting Officer to be necessary. The tradeoff process is selected as appropriate for this acquisition. The government considers it to be in its best interest to allow consideration of award to other than the lowest priced offeror or other than the highest technically rated offeror based upon EPA ¿s Best Value analysis. Technical Capability and Experience are more important than Past Performance, which when combined are significantly more important than Price. As evaluation of non-price factors becomes more equal, Price will become more important. Any proposal found to have a deficiency in meeting the stated solicitation requirements or performance objectives may be considered ineligible for award. 6.SOLICITATION REQUESTS FOR INFORMATION Inquiries and questions regarding this RFP shall be submitted in writing, electronically, to the Contracting Office, attention Rhonda Flynn, email Flynn.Rhonda@epa.gov. All inquiries/questions must be received no later than 12:00 pm Central Standard Time (CST), May 19, 2015. 7. PROPOSAL DUE DATE AND SUBMISSION INSTRUCTIONS Technical and Price Proposals are due no later than 12:00 pm CST on June 4, 2015. ELECTRONIC proposals are REQUIRED Electronic Proposals must be sent through the Electronic Acquisition System (EAS). The link is found on the FedConnect website for this RFP. Https://www.fedconnect.net. Adobe Acrobat or compatible file format is acceptable. LIST OF ATTACHMENTS Attachment 1 ¿ Unified Regional Oversight Contract Statement of Work (SOW) Statement of Work includes Attachments A - F Attachment 2 ¿ Reports of Work Attachment 3 ¿ Contract Line Item Numbers (CLINs) Attachment 4 ¿ Labor Rates Table Attachment 4 ¿ Labor Category Descriptions Attachment 5 ¿ Contract Clauses Attachment 6 ¿ Solicitation Provisions Chanute Scenario
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/MMC-10J/SOL-R5-15-00006/listing.html)
 
Place of Performance
Address: Region 5 US Environmental Protection Agency 77 West Jackson Boulevard Chicago IL 60604-3507 USA
Zip Code: 60604-3507
 
Record
SN03735571-W 20150521/150519234901-a0d0c8ad1c3274c0bfb98fa81d7d5a23 (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.