The RFP Database
New business relationships start here

SOURCES SOUGHT - R7/R9 Superfund Technical Assessment & Response Team (START) V


California, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The purpose of this amendment is to update the Classification Code to R -- Professional, administrative, and management support services.


THIS IS A SOURCES SOUGHT NOTICE ONLY. This is only a sources sought announcement published for market research purposes. Submitted information will assist the United States Environmental Protection Agency (U.S. EPA) Regions 7 and 9 with internal acquisition planning relative to set-aside decisions, and or an appropriate level of completion and/or small business subcontracting goals. THIS IS NOT AN ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP REQUESTS. This sources sought notice is restricted to Small Business firms, and is a market research tool used for planning purposes only to gain knowledge of the interest, capabilities and qualifications of Small Businesses. No telephone calls requesting a solicitation will be accepted or acknowledged. Standard company brochures will not be reviewed.

The purpose of this Sources Sought is to determine the availability of small businesses, small disadvantaged businesses, HUBZone small businesses, woman-owned small businesses, veteran owned small businesses, and 8(a) small businesses, etc. capable of performing the requirements of the Statement Of Work (SOW) or Performance Work Statement (PWS), as applicable for nationally consistent advisory and assistance to EPA On-Scene Coordinators (OSCs) and other federal officials implementing EPA responsibilities under the national response system for the Superfund Technical Assessment and Response Team (START) class of contracts. These services primarily support the Superfund Division of the U.S. EPA Regions 7 and 9. The contractor shall be prepared to provide scientific/technical support and align its activities with U.S. EPA activities to respond to the release, or threat of release, of hazardous materials, oil, and weapons of mass destruction to protect human health and the environment.

It is anticipated that there will be one solicitation and two (2) separate contracts awarded from it (one each for Region 7 and 9). Each anticipated contracts will be an Advisory and Assistance, Indefinite Quantity/Indefinite Delivery (IDIQ) type contract and will have a base period of three (3) years with the potential of four (4) additional years through two (2), twenty-four (24) month award term options. Excellence in performance as it relates to overall quality, timeliness and cost effectiveness of work is expected in order to earn an award term extension of performance. The estimated starting dates are March 2018 (for Region 7) and June 2018 (for Region 9). Work will be ordered through the issuance of task orders. The applicable primary North American Industry Classification System (NAICS) code is 541620 Environmental Consulting Services, with a small business size standard of $15M. For more information on size standards under this NAICS code and the Small Business Administration (SBA) small business standards visit: https://www.sba.gov/contracting/getting-started-contractor/make-sure-you-meet-sba-size-standards/what-are-small-business-size-standards

The primary performance of work will be conducted within U.S. EPA Regions 7 (IA, KS, MO, NE, and Tribal Nations) and 9 (AZ, CA, HI, NV, American Samoa, Guam, and U.S. Trust Territories), as well as outside the region for a back-up regional response. Contractors may need to respond to unforeseen national incidents and be able to perform outside the region on behalf of U.S. EPA Regions 7 and 9. In times of a national incident or event, additional areas of response may include all of the remaining States, the Virgin Islands, and Puerto Rico. The contractor shall be able to maintain a 24 hour, seven day a week year-round response capability to support U.S. EPA needs within the region, as well as, outside the region on a backup regional, cross regional, national, and/or international response.

The successful contractor shall provide all necessary personnel, materials, equipment, and services in support of the responsibilities and efforts delineated by the SOW or PWS. Activities are described in the SOW/PWS and include, but are not limited to: hazardous materials emergency response; planning, preparedness and prevention; environmental assessment and inspection; environmental technical support; data management; and, training. A business does not need to have all the capabilities to perform the entire tasks listed within the SOW/PWS, but would need to demonstrate how it would cover all the tasks. A business may submit its qualifications based on a teaming arrangement with other business (es). Contractors shall have extensive experience in investigating, assessing, and directly supporting the restoration of a contaminated environment.

The final SOW for this anticipated Solicitation is subject to change. To see an example of the SOW, see the following prior solicitations:

For Region 7, see attachments and PWS for SOL-R7-13-00008:
https://www.fbo.gov/spg/EPA/OAM/RegVII/SOL-R7-13-00008/listing.html

For Region 9, see the Award notice for SOL-R5-12-00006:
https://www.fbo.gov/spg/EPA/OAM/MMC-10J/SOL-R5-12-00006/listing.html
OR visit the FedConnect website to see the SOW: https://www.fedconnect.net/ . Search under Public Opportunities, and Reference Number SOL-R5-12-00006


ANY INTERESTED FIRM shall give a brief description of its ability to satisfy all the requirements of the SOW or PWS, shall provide specific details about personnel capabilities, current technical equipment, or methods of obtaining the necessary equipment, office locations (indicate how your company can respond to the various locations within the required timeframes as listed in the SOW), and quality assurance/quality control procedures currently in place. Responses to this sources sought shall include a list of key personnel who would perform key tasks such as: response actions requiring the appropriate levels of personal protection equipment; a list of necessary equipment in good working condition and trained staff to operate such equipment; and, the ability to support emergency response actions in the field during spills/releases, periods of multiple emergencies, natural and man-made disasters, and acts of terrorism. The Firm should also describe how it would provide support for Emergency Operations Centers (EOC) and Disaster Field Office staffing under the national Federal Response Plan (FRP) and National Contingency Plan (NCP). Also, describe how the Firm would provide support to a Regional Response Center (RRC) during normal business hours to monitor the Emergency Response Notification System (ENRNS) which is the national system to receive information on spill and releases of oil and hazardous materials.

Interested firms shall provide its size status for the above referenced NAICS, (i.e. large, small) and whether or not it is a certified HUB Zone, small disadvantaged, woman-owned, veteran, service-disabled veteran-owned, or 8(a) small businesses concern. The U.S. EPA reserves the right to set this action aside for small businesses. If a business submits a response based upon teaming arrangements, it must be in accordance with Federal Acquisition Regulations (FAR) 9.601. If a response to this sources sought intends on forming a teaming arrangement, then this shall be clearly identified with details listing each firm's capability.

Responses to this Sources Sought should be submitted electronically with font sizes no smaller than 12 point and on standard 8-1/2" x 11" size paper. Maximum page submission should not exceed 10 pages. Electronic submissions shall be in a PDF format. Interested parties must be registered in FedConnect (https://www.fedconnect.net/). Submissions shall be submitted through FedConnect. You may email quotes to raikar.amitkumar@epa.gov ONLY IF you are experiencing technical difficulties and unable to submit through the FedConnect portal.

Response Due Date: May 30, 2017 at 4:00 PM Pacific Time

To access full Sources Sought details and other procurement information visit the FedConnect website: https://www.fedconnect.net/ Search under Public Opportunities, and Reference Number SOL-R9-17-00007.

All information related to this procurement will be available at this link through the response due date. All interested parties should check this site frequently for updates.

Raikar, Amitkumar

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP