Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 13, 2000 PSA #2746
SOLICITATIONS

B -- TECHNICAL SUPPORT FOR INDOOR ENVIRONMENTAL POLLUTANT ISSUES

Notice Date
December 11, 2000
Contracting Office
U. S. Environmental Protection Agency, Contracts Management Division (MD-33), Attention: OARSC, Research Triangle Park, NC 27711
ZIP Code
27711
Solicitation Number
N/A
Point of Contact
Karen Cox, Contract Specialist, 919-541-3114/Kathleen Moore, Contracting Officer, 919-541-3114
E-Mail Address
Click here to contact the Contract Specialist via (cox.karen@epa.gov)
Description
The Environmental Protection Agency has a current contract, number 68-D-98-007, with S. Cohen & Associates Inc.(SC&A). This level of effort, cost-plus-fixed-fee contract is in its final option period and requires the contractor to provide technical support for indoor air issues. Specifically, this contract extension will provide continued support for the (1) IAQ Information Service hotline on existing 800 number, including answering questions from callers and maintenance of systems to support the response line; (2) partner and state network technical support, including coordination with a network of non-profit organizations and their affiliates; (3) track dissemination and implementation of the Tools for School guidance; (4) Management in Schools ICR, including completion of formulating a point-system to calculate survey results and continue survey follow-up; (5) completion of a draft document that included broad stakeholder input, detailing a vision, goals, and guiding principles for addressing indoor environments for the healthy buildings, healthy people committee; (6) completion of the survey collection portion of the IAQ Practices in Large Buildings Survey; (7) continue implementation of the smoke free homes pledge hotline (on existing 800 number); (8) State Indoor Radon Program by updating the database and information, and (9) completion of the information collection request for asthma survey results. The current contract expires December 31, 2000. However, services are required that are a continuation of existing work assignments in progress, additional tasks which are logical progressions of existing work, and/or new work assignments for technical effort required during the interim period before a new contract is awarded. The new work assignments would be for only new work that can be completed within the time frame of the extension. Only an extension of the present contract can provide uninterrupted, critical technical support to meet Agency requirements. Therefore, the government intends to extend the period of performance of this contract for a maximum period of 90 days (one-month base and 2 one-month optional periods), from January 1, 2001 to March 31, 2001, for a maximum of 6,813 professional hours (2,271 hours each one-month period). Only the incumbent contractor has the equipment, knowledge, and "know-how" to continue working with the on-going work without an extensive transition, training, and start-up period. It is not practicable for the Government to substitute a replacement contractor(s) during the extended period of work due to the limited time work is needed, the Government's need to meet Agency requirements, and the expense of multiple transitions. The work to be completed during this time period requires the same expertise and qualifications as is currently required to perform the work assignments under the contract. It would not be practical to have another firm pick up the on-going tasks and complete them as currently scheduled because of the loss of efficiency and unnecessary duplication of costs. Any other firm would require extensive training and familiarization with the on-going programs and unlikely to be able to complete the work within the specified time frame. The incumbent contractor has a qualified/trained staff in place uniquely capable of meeting the immediate needs of the Agency to complete the on-going projects on schedule to meet the Agency's requirements. Interested parties who believe they can provide the required services are invited to submit, in writing, an affirmative response demonstrating an ability to immediately assume the on-going projects without disruption to the current operations and demonstrating a cost benefit to the Government in view of the short period of performance and the on-going re-competition. Any written response must be received no later than 15 days after publication of this synopsis. In order to be responsive, the correspondence must be accompanied by a written narrative statement of capability, including detailed technical information sufficient to permit agency analysis in order to determine a bonafide capability to meet the Government's requirements. Responses without the required documentation will be considered non-responsive. This is NOT a formal notice of solicitation. Telephone and fax requests will not be honored. See Numbered Notes 22 and 26. Email: cox.karen@epa.gov
Record
Loren Data Corp. 20001213/BSOL003.HTM (W-346 SN508661)

B - Special Studies and Analyses - Not R&D Index  |  Issue Index |
Created on December 11, 2000 by Loren Data Corp. -- info@ld.com