Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 18, 2015 FBO #4985
SOURCES SOUGHT

B -- SOURCES SOUGHT: Industrial Hygiene Assessments

Notice Date
7/16/2015
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-15-R-0045
 
Response Due
8/4/2015
 
Archive Date
9/14/2015
 
Point of Contact
Amy Bozzard, 443-861-4746
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(amy.m.bozzard.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
In support of the U.S. Army Public Health Command (USAPHC), the U.S. Army Contracting Command (ACC), Aberdeen Proving Ground (APG), MD is seeking information on potential sources having an interest in and the resources to support the execution of Industrial Hygiene (IH) surveys, data collection and analysis, and the development of risk assessments and monitoring plans. The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER This is a market survey for information only. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Not responding to this notice does not preclude participation in any future notices or announcements. If a solicitation is released, it will be synopsized on the Government wide point of entry (GPE). It is the responsibility of potential offers to monitor the GPE for additional information pertaining to this requirement. SCOPE The Contractor shall provide all personnel, equipment, tools, materials, and supervision to assist and support the USAPHC and Army installations worldwide with conducting and executing IH surveys, workplace assessments, data collection and evaluation, as well as training on the Defense Occupational and Environmental Health Readiness System-Industrial Hygiene (DOEHRS-IH) management information system (MIS). The contract type is anticipated to be an Indefinite-Delivery/Indefinite-Quantity (IDIQ) type and the estimated period of performance consists of a base year with an additional two (2) option years. The Contractor shall be responsible for demonstrating and performing onsite IH survey processes and work assessments for specific Army installation/worksite locations. Individual tasks may be performed CONUS and OCONUS. The data collected as a result of the assessments shall be complied, evaluated, and recorded in DOEHRS-IH by the Contractor. Further details are provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). ELIGIBILITY The Government is assessing the current market to identify acceptable sources for the services outlined herein and more specifically described in the attached draft PWS. The North American Industry Classification (NAICS) Code for this requirement is 541620 Environmental Consulting Services with a Small Business Size Standard of $15.0 Million. All business concerns are encouraged to respond to this announcement; however, each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS If your organization has the potential capacity to perform these contract services, relevant past performance experience, and the technical capability, please submit a capabilities statement including the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization, and CAGE code 2. Please identify your company's small business status and applicable socio-economic categories (Small Business, 8(a), Small Disadvantaged Business, Woman-Owned Business, Veteran-Owned Business, etc). If your company is certified under the 8(a) Business Development Program, please provide your expiration date from the SBA program. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in the draft PWS. 2) A brief summary of your company's experience and past performance within the past 3 years as it relates to the magnitude and scope of this requirement outlined in the draft PWS. Each experience referenced (Government or commercial) should include: (a) name of project; (b) a brief description of the project; (c) the contract or project number; (d) the dollar value of the contract/project; (e) the relevance of the contract/project to the requirements in the draft PWS. 3) If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Capability statements can be submitted in your own format and shall be 10 pages or less. The PWS is currently in a DRAFT format. If you company would like to comment on the PWS, please include comments in the submittal. The Government will evaluate 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 contract. The deadline for response to this request is 4 August 2015, 11 a.m. Eastern Stanadard Time. All responses under this Sources Sought Notice must be e-mailed to Ms. Amy Bozzard at amy.m.bozzard.civ@mail.mil. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/224a29a387198fa270c6ecb6233947c0)
 
Record
SN03799147-W 20150718/150716234845-224a29a387198fa270c6ecb6233947c0 (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.