Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2024 SAM #8172
SOLICITATION NOTICE

R -- Resource Conservation and Recovery Act (RCRA) Enforcement, Permitting and Assistance (REPA) 6 Zone 3 - EPA Regions: 2, 7, 9 and 10

Notice Date
4/10/2024 8:43:24 AM
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
HEADQUARTERS ACQUISITION DIV (HQAD) WASHINGTON DC 20460 USA
 
ZIP Code
20460
 
Solicitation Number
68HERH19D0016
 
Archive Date
04/25/2024
 
Point of Contact
Mary Doherty
 
E-Mail Address
doherty.mary@epa.gov
(doherty.mary@epa.gov)
 
Description
UNITED STATES ENVIRONMENTAL PROTECTION AGENCY WASHINGTON, D.C.� 20460 ������������������������������������������������������������������������������������������������������������������������������������������������������ Posted Date:� April 10, 2024 Procurement Office: U.S. Environmental Protection Agency, Headquarters Acquisition Division, Office of Land and Emergency Management Mission Support Branch (3805R) 1200 Pennsylvania Avenue, NW Washington, DC 20460 Response Date:� April 25, 2024, NLT 4:30 PM EST Pursuant to the authority granted by 41 U.S.C.253(c) (1), only one responsible source and no other supplies or services will satisfy agency requirements as implemented by FAR 6.302-1, the U.S. Environmental Protection Agency (EPA)�s Region 6 Land, Chemical, and Redevelopment Division (LCRD) intends to extend the following existing multiple-award indefinite-delivery/indefinite quantity (IDIQ) contracts that expire May 14, 2024: 68HERH19D0016�������� Booz Allen Hamilton, Inc. 68HERH19D0017�������� Eastern Research Group, Inc. 68HERH19D0018�������� Toeroek Associates, Inc. The extensions are necessary to ensure the continuation of mission-critical support for RCRA enforcement, permitting, and compliance activities and Brownfields activities, and for new Task Orders to be issued for currently unforeseen in-scope needs in support of the LCRD�s programs and missions, as the Agency completes the competitive follow-on consolidated recompete that will likely result in multiple awards and is projected to be awarded in FY 2025.� The extension also accounts for the time needed to establish the competitive issued orders under the new vehicle.� This extension does not impact the scope or ceiling of the existing contracts. The current contracts provide for provide technical support services to EPA Zone 3, comprised of EPA Regions 2, 7, 9 and 10.� The tasks areas supported via these contracts include: technical reviews and analysis/assessment support, field oversight, inspection, sampling and data review, enforcement negotiation and expert witness support, records and data management, and training, conferences, and public involvement.� The contracts support EPA activities, as well as EPA coordinated efforts with states, tribes and other Federal agencies, at private, state and federal facilities, Indian Country, U.S. Territories, along the United States international borders, and further abroad. The activities required under these contracts support the RCRA mission-critical goals and other programs or related Agency initiatives. To achieve RCRA program goals, four (4) distinct yet interrelated programs exist under RCRA:� Subtitle D of RCRA promotes and encourages the environmentally sound management of solid waste.� It includes minimum Federal technical standards and guidelines for state solid waste plans.� Subtitle C establishes a management system that regulates hazardous waste from the time it is generated until its ultimate disposal, in effect, from �cradle to grave�.� Subtitle I regulates petroleum products and hazardous substances (as defined under Superfund) that are stored in underground tanks. It establishes performance standards for new tanks and requires leak detection, prevention, and corrective action at underground tank sites. � Subtitle J regulates medical waste generation, treatment, destruction, and disposal.����� In conjunction with achieving the RCRA program goals, other programs or related Agency initiatives may be addressed under these contracts.� This includes the following programs and initiatives: Clean Air Act (CAA), Clean Water Act (CWA), Toxic Substance and Control Act (TSCA), Safe Drinking Water Act (SDWA), Federal Insecticide, Fungicide and Rodenticide Act (FIFRA), Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), Resource Conservation Challenge (RCC), Pollution Prevention (P2), National Environmental Performance Track (NEPT), Environmental Management Systems (EMS), Border 2012, Environmental Justice (EJ), National Environmental Justice Advisory Committee (NEJAC), Community Based Environmental Protection (CBEP), Emergency Planning and Community Right to Know (EPCRA), Brownfields, and other new initiatives and special programs. The REPA contracts are both instrumental and critically necessary for EPA to these achieve the programmatic goals that support its mission of protecting human health and the environment.� The Contracting Officer has determined that the only way to ensure the critical services under the contract continue uninterrupted is to obtain support for these services through the current contractors, BAH, ERG, and Toeroek. Over the life of the current contracts these contractors have developed a strong knowledge base, unique skillsets, and acquired expertise relative to the program and processes that are critical to carrying out tasks efficiently and effectively. The existing task orders were competed using the fair opportunity process and each contractor is distinctively positioned to support their existing task order(s). The experience and familiarity with existing projects enable BAH, ERG, and Toeroek to seamlessly support these requirements without having a need to ramp-up and expend the time and costs associated recompeting task orders for existing projects, training and developing personnel to support these projects. Task orders are already in place under all three (3) REPA Zone 3 support contracts that provide mission-critical RCRA Enforcement, Permitting and Assistance support for EPA Regions: 2, 7, 9, and 10 relative to the following areas: support of EPA�s implementation the RCRA program in non-authorized states (i.e., Iowa and Alaska), support for RCRA facility inspections, support for EPA enforcement actions, support for timely permitting of private entities, provide sampling and Targeted Brownfields Assessments in support of local municipalities, and assisting EPA efforts to interact with the state and local communities. There are presently no other contractors capable of stepping in to support the immediate needs of these existing mission-critical projects without causing detrimental delays to the programs� mission. A complete list of the task orders that are currently active under each Zone 3 contract and being extended under the requested bridge JOFOC period of performance, is detailed in the table below: 68HERH19D0016 Task Order No.� � � ��Task Order Title 68HE0921F0035� � � �Records Management 68HE0922F0039� � � �Multi-Family Food Waste Recovery 68HE0923F0003� � � �Tribal Technical Assistance Training 68HE0719F0129� � � �Technical Support at Combustion/Thermal Treatment & Landfill Facilities 68HE0719F0156� � � �Technical Support at R10 Alaska Facilities 68HE0723F0001� � � �RCRA State Authorization Program Support 68HERH19D0017 Task Order No.� � � Task Order Title 68HE0923F0008� � �Toxic Release Inventory (TRI) 68HE0720F0008� � �Sustainable Materials Management: Food, Built Environment & Packaging 68HE0722F0096� � �R10 Targeted Brownfields Assessments 68HERH19D0018 Task Order No.� � �Task Order Title 68HE0920F0007� � Targeted Brownfields Assessment (TBA) Support 68HE0922F0038� � Targeted Brownfields Assessment (TBA) Support 2 68HE0922F0049� � Romic Document Review Support 68HE0923F0090� � Technical Assistance Support for RCRA/TSCA 68HE0720F0065� � Technical Support at R10 Idaho, Oregon & Washington Facilities 68HE0722F0005� � FMC Corporation Eastern Michaud Flats (EMF) Facility Enforcement Support 68HE0723F0078� � North Slope Borough Compliance Support 68HE0723F0124� � National Environmental Policy Act (NEPA) Compliance Support at Contaminated Alaska Native Claims Settlement Act (ANCSA) Lands The IDIQ extensions are anticipated for a maximum period of twelve (12) months.� NO SOLICITATION IS AVAILABLE. This notice of intent is not a request for competitive proposals.� However, pursuant to FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement which shall be considered by the agency.� Capability statements must be received within the time set forth in this announcement to be considered by the Government. �Each response should include the following Business Information: � Unique Entity Identifier (UEI) Company Name and Address Company Point of Contact, including Phone and Email Capability Statement Responses to this notice must be in writing and provide clear and convincing evidence that competition would be advantageous to the Government. �A determination not to compete based upon the responses to this notice is solely within the discretion of the Government. �All questions should be directed to Mary Doherty, Contract Specialist, ONLY VIA EMAIL at doherty.mary@epa.gov. ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9b3784886cd44d26a76e129576cc9cb2/view)
 
Record
SN07025835-F 20240412/240410230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.