Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 21, 2001 PSA #2855
SOLICITATIONS

D -- EPA IT SUPPORT REQUIREMENT

Notice Date
May 17, 2001
Contracting Office
General Services Administration, Federal Technology Service (FTS), Solutions Development Center (9TE), 1301 Clay Street, Suite 500N, Oakland, CA, 94612
ZIP Code
94612
Solicitation Number
R9SDC-FEDSIMEPA-01
Response Due
June 1, 2001
Point of Contact
Armando Santos, Contract Specialist, Phone (510) 637-3875, Fax (510) 637-3883, Email armando.santos@gsa.gov -- Sheila Leonard, Contract Specialist/Contracting Officer, Phone (510) 637-3893, Fax (510) 637-3883, Email sheila.leonard@gsa.gov
E-Mail Address
Armando Santos and Sheila Leonard (armando.santos@gsa.gov, sheila.leonard@gsa.gov)
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT AND IN NO WAY OBLIGATES THE GOVERNMENT TO AWARD ANY CONTRACT. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO SEEK QUALIFIED SMALL, VETERAN-OWNED SMALL BUSINESS, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, WOMEN-OWNED SMALL BUSINESS, AND HUBZONE CERTIFIED SMALL BUSINESS SOURCES TO PROVIDE ACCURATE AND TIMELY EMISSION MONITORING AND REPORTING OF THE FREE MARKET APPROACH TO REDUCING AIR POLLUTION EMISSIONS TO MEET AIR QUALITY GOALS UNDER TITLE IV OF THE 1990 CLEAN AIR ACT AMENDMENTS. RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. AFTER REVIEW OF THE RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT, A SOLICITATION ANNOUNCEMENT MAY BE PUBLISHED IN THE CBD. NOTE: A SOLICITATION IS CURRENTLY NOT AVAILABLE. RESPONSE TO THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST TO BE ADDED TO A PROSPECTIVE BIDDERS LIST OR TO RECEIVE A COPY OF THE SOLICITATION. The purpose of this announcement is to determine the availability of small businesses capable of performing the requirements denoted below. It is anticipated that the resultant contract type will be a hybrid indefinite delivery, indefinite quantity Fixed Price, Time and Material and Level of Effort contract with a one year base period and 7-one year option periods. The labor and incidental materials will provide: (a) Assistance to the Environmental Protection Agency (EPA) and State agencies in developing and implementing market-based pollution reduction strategies as an alternative to traditional regulatory approaches; (b) Support for EPA's Clean Air Markets Division's (CAMD) Allowance Tracking Systems (ATS) and NOX Allowance Tracking System (NATS), Emission Tracking System (ETS), the ETS-FTP Submission Software, and the Monitoring Data Checking System (MDC), including providing software changes to support EPA requirements; (c) Assistance to State agencies in the use of EPA systems and coordination of communication and data exchange between State and EPA data management systems to meet EPA/State requirements; (d) Assistance to EPA/State agencies in reviewing monitoring plans to determine whether they meet EPA/State requirements; (e) Assistance to CAMD in the development of market-based regulations and guidelines; assistance to CAMD with preparation of regulatory impact analyses; (f) Assistance for organization and management of conferences, meetings and hearings related to the development of regulations and guidelines; (g) Assistance with the tracking and review of public comments; and performance of similar tasks designed to facilitate public input into EPA development of market-based regulations and guidelines; (h) Assistance to EPA in the development and implementation of communication strategies and tools to support CAMD goals and policies, including web-based information systems; and (i) Develop and provide user training and technical support for software systems supporting CAMD programs and implementation requirements. The resultant Statement of Work (SOW) in individual Task Orders will define the actions necessary to accomplish such work for the Environmental Protection Agency. BACKGROUND: Title IV of the 1990 Clean Air Act Amendments introduced a free market approach to reducing air pollution emissions to meet air quality goals. Emission allowances are allocated to fossil fuel-fired utility and industrial facilities that are permitted to trade them at market prices. The economic incentive created to reduce emissions has proven effective. EPA is expanding to additional pollutants and industry groups. Critical success factors have been the emission and allowance data requirements and the data systems to manage implementation of the requirements. Accurate emission monitoring and reporting are essential to program success, and much of the program focus is devoted to ensuring that acceptable monitoring systems are installed and reliable data are produced within strict precision and accuracy standards. Monitoring plans and performance test results must also meet strict standards. Currently, regulated facilities report emissions and monitor performance data to EPA quarterly using electronic reporting formats provided by EPA's Clean Air Markets Division. These reports are audited using software and manual auditing tools. Ultimately these data serve as the basis for validating emission trades. While the emission monitoring and trading programs were initially implemented entirely by the EPA, State agencies have assumed a larger role. Most recently, mid-Atlantic and New England States have participated in a nitrogen oxides (NOx) trading program sponsored by the Ozone Transport Commission under the State Implementation Plan provisions of the Clean Air Act to address non-attainment of the national ambient air quality standards for ozone. Also, in both the SO2 and NOx programs, States have assumed greater responsibility for permitting, enforcement and field-related activities. Statement of interest and capability shall be e-mailed or submitted in writing to GSA, FTS, ANSWER SDC (9TEP), Attn: Armando Santos (Primary) or Sheila Leonard (Secondary), 1301 Clay Street, Suite 500 North, Oakland, CA 94612 [e-mail address is armando.santos@gsa.gov or sheila.leonard@gsa.gov] within 10 working days from the date of the synopsis. Interested small businesses must demonstrate in their capability statements that they are qualified to perform work under this requirement's NAICS code and specifically items (a) through (i) denoted in this notice. At a minimum, companies shall provide specific details, personnel capabilities; office locations; size of firm (employees/revenue); financial resources; and capabilities/experience necessary to perform the requirement listed above. Additional information regarding this requirement will be posted on the FedBizOpps Website at http://www.eps.gov as it becomes available. Telephone requests for information will not be accepted. Companies responding to this announcement that fail to provide all of the required information cannot be used to help the Government make the acquisition decision, which is the intent of this synopsis. This notice is to help the GSA in determining potential sources only. All information is to be furnished at no cost or obligation to the government. The NAICS Code and the total estimated value of the requirement are 541519 and $3.0 million per year, respectively. Firms responding must reference R9SDC-FEDSIMEPA-01 and indicate whether they are small, veteran-owned small business, service-disabled veteran-owned small business, small disadvantaged business, women-owned small business, and/or Hubzone certified small business as defined in FAR Part 2 and 19.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/GSA/FTS/9TEP/Reference-Number-R9SDC-FEDSIMEPA-01/listing.html)
Record
Loren Data Corp. 20010521/DSOL011.HTM (W-137 SN50M4C6)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on May 17, 2001 by Loren Data Corp. -- info@ld.com