|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26,1999 PSA#2269U.S. Environmental Protection Agency, 26 W. Martin Luther King Dr.,
Cincinnati, OH 45268 B -- TECHNICAL SUPPORT FOR THE DRINKING WATER AND SOURCE WATER
PROTECTION PROGRAMS SOL PR-CI-98-12753 POC Jennifer A. Kinucan (513)
487-2123; Linda Ketchum (513) 487-2001 WEB: Office of Acquisition
Management -- Cincinnati Contracts, http://www.epa.gov/oam/cinn_cmd.
E-MAIL: Click here to contact the Contracting Officer via,
kinucan.jennifer@epa.gov. THE PROPOSED CONTRACT IS 100% SET ASIDE FOR
SMALL BUSINESS CONCERNS. The US EPA has a requirement for technical
assistance and support services connected with development and
implementation of the Underground Injection Control (UIC) Program and
the variety of programs designed to protect drinking water resources,
including Comprehensive State Ground Water Protection Programs
(CSGWPP), Wellhead and Source Water Protection Programs (WHPP/SWPP),
Source Water Assessment Programs, and Sole Source Aquifer (SSA)
Programs in four specific work areas: Policy and Program Implementation
Support; Permit Review; Compliance Monitoring and Technical Support;
and Enforcement Case Support and Expert Consultations. The majority of
this requirement (60-70%) will fall under the Policy and Program
Implementation Support work area. The required support services include
such activities as: technical analyses, economic assessments,
compliance information collection and analysis, literature searches,
technical writing, UIC permit review, UIC no-migration petition review,
ancillary technical support for litigation in the administrative or
judicial appeal process, modeling and projections, survey design,
training, regulatory development, and direct program implementation.
The contract will require superior levels of technical expertise in
fields of environmental sciences and engineering, economics,
hydrogeology, and systems analysis. It is anticipated that this
solicitation will result in the award of a Cost Plus Fixed Fee, Level
of Effort contract and will have a base period of twelve months and two
(2) twelve month option periods. The base period and each option period
will consist of approximately 7,000 direct labor hours. Each contract
period will have approximately 6,300 additional direct labor hours of
option level of effort. The applicable SIC code is 8742 with a size
standard of $5 million. Release of the Request for Proposal (RFP)
PR-CI-98-12753 is anticipated for March of 1999. The purpose of this
CBD announcement is to notify potential offerors of EPA's requirement,
generate the source list, and to direct interested parties to the
EPA's "Doing Business with EPA" Internet World Wide Web site at
http://www.epa.gov/oam for further information on this procurement as
it becomes available. The RFP, amendments and other related items for
this procurement will be posted on this Web site and can be
downloaded/viewed. Interested parties must forward requests to be
placed on the source list via Internet E-mail to
Kinucan.Jennifer@epa.gov, via facsimile (513) 487-2115, or to the
mailing address that follows: U.S. EPA, Contracts Management Division
(Mail Code NWD), 26 West Martin Luther King Dr., Cincinnati, OH
45268-7001 ATTN: Jennifer A. Kinucan. Hard copies of the RFP, amendment
and other related items will not be provided without written
certification that INTERNET capability is unavailable. Interested
parties must submit their written certification via facsimile stating
such to Jennifer A. Kinucan so that hard copies of these documents may
be provided. See Notes 1 and 26. Posted 01/22/99 (W-SN290429). (0022) Loren Data Corp. http://www.ld.com (SYN# 0014 19990126\B-0003.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|