Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2015 FBO #4929
MODIFICATION

R --

Notice Date
5/22/2015
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
 
ZIP Code
22202-3231
 
Solicitation Number
W9133L-15-R-0084
 
Response Due
5/26/2015
 
Archive Date
7/21/2015
 
Point of Contact
Willie M. Jefferson, 703-604-4424
 
E-Mail Address
National Guard Bureau, Contracting Support
(willie.m.jefferson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
W9133L-15-R-0084 Attachment: Performance Work Statement (PWS) May 2015 NAICS: 541620 Synopsis: The Air National Guard (ANG) provides support to the States, the United States Air Force, and the Department of Defense. The ANG is task oriented to provide support within specific areas of expertise, and occasionally uses contractors to assist with these efforts. Significant increases in occupational health, environmental and bioterrorism threat requirements for ANG units and members have occurred throughout the world since Sept 11, 2001, with the subsequent national defense efforts in Afghanistan and Iraq. Federal and State regulations promulgated by the Environmental Protection Agency (EPA), Occupational Safety and Health Administration (OSHA) and others have also increased dramatically. This is concurrent with ANG's ongoing mission of maintaining daily operations and satisfying the need of the state and nation in a timely and efficient manner. Support and environmental evaluation services for expanded occupational and environmental health requirements on ANG bases requires expertise to maintain strict compliance standards required to maintain continuity and legality of operations. Service applications and overhead associated with meeting these requirements at a national level requires specialized analysis and advanced services in industrial hygiene and occupational surveillance to assess and maintain strict adherence to numerous Congressional and State mandated standards from various agencies including the Occupational Safety and Health Administration (OSHA), Environmental Protection Agency (EPA) the Nuclear Regulation Commission (NRC) and other federal agencies the State regulatory agencies, DOD, AF and installation mandates. Assessment includes assistance in the formulation of responses and dispositions of individual units as well as making recommendations for the Guard's development of policies that support the decisions which are ultimately made by a military director. The Contractor shall be required to provide the following key personnel: Industrial and Environmental Analytics Program Director and Services Coordinator; Regional Level Industrial Hygiene and Environmental Analytics. Place of Performance: Performance will take place on Government installations, or at other approved locations, as designated by the National Guard Bureau Office of the Command Surgeon (NGB/SG) Contracting Officer Representative. Duty locations may include any Air National Guard installations. The current list of potential duty locations is attached, primary locations listed here may also be associated with one or more geographically separated units which are not listed here but considered attachments of these primary locations and therefore a work location as required to meet contractual guidelines The National Guard Bureau (NGB) Operational Contracting Division is conducting market research (sources sought) to determine the availability of qualified sources to provide ANG environmental and industrial analytical support services. THIS IS NOT A FORMAL SOLICITATION. The Government is seeking to determine what qualified sources exist to fulfill this requirement. This information may be used to determine if there is a potential of a small business set-aside. The purpose of this quote marked Sources Sought/Market Survey is to gain knowledge of potential qualified sources and to develop additional knowledge of the existing market for the required services. The Government requests interested parties submit a response which shall include a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, Large Business, etc), anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor prot g relationship, etc.), and a description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partner. Capability Packages should clearly address the following: A technical understanding of objective of this requirement to implement a standardized, centrally managed, cost-effective program designed to meet or exceed preventive and corrective maintenance requirements for all Advantor Intrusion Detection Systems (IDS) and all Advantor PL-1 to Pl-3, DCID 6/9 and JAFAN 6/9 EECS at ANG Bases. Key Personnel: Does key personnel have previous experience in schedule administration for a similar Industrial and Environmental Analytics Service project? Past Performance: Does the company have past performance for a similar Industrial and Environmental Analytics Service project? In addition, the following questions must be answered and elaborated on as part of the package: (1) Past Performance - Describe your firms relevant past performance experience within the last three years of schedule administration for an Industrial and Environmental Analytics Service project or a similar project. (2) Corporate Experience - Describe your firms work experience similar in nature, scope, complexity, value and difficulty of work in schedule administration for an Industrial and Environmental Analytics Service project or a similar project. (3) Company size (number of employees)? (4) Company size (annual revenue)? (5) Describe your firm's partnerships/teaming capabilities that would enable you to perform the objectives of this requirement. Additional information regarding this requirement will be posted for viewing on FedBizOps at https://www.fbo.gov/ as it become available. Interested parties are cautioned that the draft PWS posted with this notice is subject to change, the formal version of the PWS will be released with the solicitation on a future date. All potential offers are reminded that in accordance with Federal Acquisition Regulation (FAR) on System for Award Management (SAM) lack of registration in the SAMs will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps web site for release of any future synopsis or release of the solicitation. Interested parties should submit the information requested above by 26 May 2015, 12:00 pm EST to willie.m.jefferson.civ@mail.mil. Please include company name, address, telephone number, and a technical point of contact, brochures/literature. Capability packages must not exceed 15 pages (12 point font with one-inch borders, not including pictures, brochures and Market Survey), must be submitted electronically and should clearly indicate whether your firm is capable to provide the above services. All contractor questions must be submitted no later than 12:00PM EDT on 19 May 2015 to the contract specialist, Ms. Willie Jefferson, willie.m.jefferson.civ @mail.mil. Questions should reference the section(s) of PWS for clarification. Telephone calls regarding this notice will NOT be accepted. All information is to be submitted at no cost or obligation to the Government. All information marked {Proprietary to 'company name'} will not be disclosed outside of the Department of Defense. THIS SOURCES SOUGHT NOTICE IS BEING ISSUED FOR PLANNING AND MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE GOVERNMENT IS NOT AND WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-15-R-0084/listing.html)
 
Place of Performance
Address: National Guard Bureau, Contracting Support ATTN: NGB-AQC, 1411 Jefferson Davis Highway Arlington VA
Zip Code: 22202-3231
 
Record
SN03740828-W 20150524/150522234630-52ff2c4a2eabe8c76a6a71644ad03715 (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.