R--R6 Superfund Technical Assessment & Response TeamV
Pre-Solicitation Notice (see attachment)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »
R--R6 START V Superfund Technical Assessment and Response Team (START)
Notice Type: Sources Sought Notice (SSN)/Request for Information (RFI) Synopsis: This is only a sources sought announcement published for market research purposes. Submitted information will assist th... Notice Type: Sources Sought Notice (SSN)/Request for Information (RFI) Synopsis: This is only a sources sought announcement published for market research purposes. Submitted information will assist the U.S. Environmental Protection Agency (EPA), Region 6, 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. No telephone calls requesting a solicitation will be accepted or acknowledged. Standard company brochures will not be reviewed. The purpose of this Sources Sought Notice (SSN) /Request for Information (RFI) to determine the availability of small businesses, small disadvantaged businesses, HubZone small businesses, woman-owned small businesses, veteran owned small businesses, 8(a) small businesses, etc. capable of meeting the requirements of the attached Statement of Work (SOW), as applicable for nationally consistent advisory and assistance to the EPA’s On-Scene Coordinators (OSCs) and other federal officials implementing the EPA’s responsibilities under the national response system for the Superfund Technical Assessment and Response Team (START) class of contracts. These services primarily support the Emergency Management Branch in the Superfund Division at the EPA, Region 6. The contractor shall be prepared to provide scientific/technical support and align its activities with EPA activities to further the Agency’s primary mission: the protection of human health and the environment. EPA is committed and enthusiastically striving for “Small Business First!” We require industry’s active participation particularly by the small business community through the submission of quality submissions to our market survey. Therefore, please let us hear from the small business community to support our set-aside decision. Key objectives of this SSN/market survey are: • To obtain market research information that offers from two (2) or more responsible small business concerns that are competitive in terms of fair market prices, quality, and delivery can reasonably be expected for this requirement need (small business only); • To obtain feedback on the requirement documents (all industry—small and large business); • To obtain feedback on all draft solicitation and especially provisions and clauses (all industry—small and large business); and • To gain an assessment of the unprecedented supply chain and labor market conditions (efforts to help ease effects of increasing costs, hiring, retention, current staffing levels/capacity, etc.). The primary performance of work will be conducted within Region 6 (AR, LA, NM, OK, and TX); however, contractors may need to respond to unforeseen national responses and be able to perform outside the region. In times of national response, the additional areas of response may include: Region 1( CT, ME, MA, NH, RI and VT), Region 2 (NY, NJ, Puerto Rico, and the US Virgin Islands), Region 3 (DE, DC, MD, PA, VA, and WV), Region 4 (AL, FL, GA, KY, MS, NC, SC, and TN), Region 5 (IL, IN, MI, MN, OH, and WI); Region 7 (IA, KS, MO and NE), Region 8 (CO, MT, ND, SD, UT, and WY), Region 9 (AZ, CA, HI, NV, American Samoa, and Guam), and Region 10 (AK, ID, OR, and WA). The contractor must be able to maintain a 24-hour, seven (7) calendar days a week, year-round response capability to the EPA’s need within the region as well as outside the region on a backup regional, cross regional, national, and international response. The successful contractor shall provide all necessary personnel, materials, and services in support of the responsibilities and efforts delineated by the Statement of Work (SOW). A draft SOW will be attached for your information; this document is not in final form and is subject to change. The potential contractor shall have extensive experience in restoring or directly supporting the restoration of a contaminated environment. The contractor’s expertise in assessments and analysis are considered essential to the defense of the Agency. Activities are described in the SOW and include, but are not limited to: preliminary assessments, site inspections, testing, remedial investigations, feasibility studies, engineering evaluation and costs analysis, enforcement support, human health/health ecological risk assessments, and cost recovery. A business does not have to possess all of the capabilities to perform all of each task listed within the SOW but would need to demonstrate how they would cover all the task. A business may submit its qualifications based on a teaming arrangement with other business(es). In Region 6, approximately 90% of the projected work will be Response Activities under the Technical Requirements of the SOW. The following are the six (6) task areas with the draft SOW as well as the estimated allocation percentage by task: A. Response (25%) B. Preparedness and Prevention (20%) C. Assessments (25%) D. Technical Support (15%) E. Data Management (10%) F. Training (5%) The Agency has analyzed and determined that the above six (6) task areas of the draft SOW cannot be divided into distinct portions for a partial set-aside if a total set-aside is not supported by the market research results. It is anticipated that ONE (1) contract will be awarded as an Advisory and Assistance, single award Indefinite Quantity/Indefinite Delivery (IDIQ) task order type contract starting around July 2023 with a 60-month base period. Work will be ordered through the issuance of task orders and technical direction. The estimated maximum potential value is >$50-$100 million over the life of the contract, and the minimum award value will be $TBD (more than a nominal amount as required in FAR 16.504(a)(2)). The applicable primary North American Industry Classification System (NAICS) code is 541620 Environmental Consulting Services with a small business size standard of $16.5 million. For more information on size standards under this NAICS code and the Small Business Administration (SBA) small business standards visit: http://www.sba.gov/category/navigation-structure/contracting/contracting-officials/eligibility-size-standards. JOINT VENTURES (JV): Any small business firm planning to use of a joint venture (JV), then although only one (1) firm needs to submit a comprehensive response, EACH of the other firm(s) to be included in the JV shall submit an acknowledgement that it is forming a JV arrangement with firm(s) [name the firm(s)] via FedConnect and by the closing date and time of this SSN/RFI. Failure to complete this acknowledgement/confirmation will result in the Government’s inability to have confidence in the reported JV by only one (1) of the JV members. This would further result in an inconclusive finding that the small business JV cannot be used to confirm the appropriateness of a small business set-aside. ANY INTERESTED SMALL BUSINESS FIRM shall give a brief Company Profile that describes its ability to satisfy all the requirements of the SOW as well as comprehensively and succinctly respond to the following set of questions (the Agency is ONLY accepting responses to these questions from NAICS 541620 small business entities): 1. What small business type are you? Please list all small business categories you are in. 2. If you are an 8(a) small business, please provide the date you will graduate from the 8(a) program. 3. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 4. Have you ever composed a Quality Assurance Project Plan (QAPP) under the Uniform Federal Policy (UFP) for QAPPs? Was that QAPP approved by EPA or another federal agency? Do you currently have the expertise to prepare a QAPP under the UFP? 5. Have you ever worked under the incident command system (ICS)? If so, describe your role. What, if any, Incident Command System (ICS) training do require of your staff? 6. What demonstrated ability do you have in maintaining a 24-hour, seven (7) calendar days a week, year-round emergency response program in support of the National Contingency Plan (NCP) and/or National Response Framework (NRF); this demonstrated ability includes providing support during spills/releases, periods of multiple emergencies, disasters, and terrorist acts. Please provide up to three examples of Emergency Response actions you have supported during the last three years. Examples should describe: the site, your role, cleanup strategies considered or chosen where applicable, equipment used, personal protective equipment (PPE) used, QAPP/QASP/Data Management Plans developed, and Information Technology (Enterprise and Mobile Application) solutions implemented. Please provide up to three examples of Stafford Act Disaster Response or large scale CERCLA or OPA Response actions you have supported during the last five years. Examples should describe your role, scope of your support to the response, the level of response resources deployed to the response and your ability to accommodate resource surge requirements. 7. What experience do you have with other CERCLA projects? Please provide up to three examples of non-removal CERCLA projects that you have worked on during the past three (3) years. Non-removal CERCLA projects includes pre-remedial and/or remedial. Pre-Remedial subcategories include: preliminary assessments, site investigations, or hazard ranking system scoring. Remedial subcategories include: remedial investigations, feasibility studies, remedial designs, or treatability studies. Each example should describe: the site, your role, equipment used, PPE used, plans developed, problems encountered, and how problems were overcome. 8. What is your typical sampling protocol? Please provide examples for sampling various media (air, soil/solids, unknown drums containing solids and liquids (single and multilayered), etc.). Include health and safety protocol as well. 9. What is your firm’s experience in Data/Information Management (tabular and Geographic Information Systems) and Information Technology solutions? Please describe your firm’s standard approach to incorporating sound data management processes into your field operations. Please describe your firm’s data acquisition, verification, validation, and dissemination process for handling large amounts of monitoring and analytical data. Please describe your firm’s experience in providing Information Technology solutions (Enterprise and Mobile) that added efficiency in data acquisition and dissemination. Please describe your firm’s capabilities in Geographic Information Systems. Please provide examples of up to 3 sites where you managed a large amount of monitoring and analytical data within the last 3 years incorporating your firm’s data/information management, GIS, and IT solutions capabilities. 10. Have you ever conducted audits or inspections under the EPCRA, RMP, or the SPCC/FRP programs? Please provide examples of this experience. 11. Have you ever developed or reviewed Federal, State, local, or Area contingency plans under EPCRA, OPA, or the NCP? Please provide examples of this experience. 12. Have you ever developed, conducted or participated in hazardous materials or oil exercises in coordination with federal, state, or local agencies? Please provide examples of this experience. 13. Have you ever conducted accidental release reviews to determine the cause of the release, or adequacy of the response to the release? Please provide examples of this experience. 14. With the unprecedented economic and market condition changes such as record inflations and shortages impacting supply chains and labor markets, these inflationary pressures pose unique challenges to the full lifecycle of the acquisition process. The Agency is seeking to gain insight and assurances of how the market/industry will demonstrate its capabilities to address this under the resulting contract for this requirement. Discuss accordingly and from the perspective of mitigating the Agency’s concerns of associated risks as well as the perspective contractor’s vantage point on solicitation/contract terms and conditions. PLEASE PUT YOUR BEST EFFORT FORWARD IN YOUR RESPONSE AS IT IS NOT THE GOVERNMENT’S INTENT TO CONTACT RESPONDERS TO CLARIFY ANY ASPECT(S) OF THE SUBMISSION NOR IS THE GOVERNMENT OBLIGATED TO CLARIFY ANY ASPECT(S) OF THE SUBMISSIONS YET RESERVES THE RIGHT TO. SUBMITTAL FORMATTING AND PAGE LIMITS Sections and Page limits Section 1 Company profile (include telephone and email contact information) Page Limits: Maximum one (1) 8.5x11 inch sheet of paper, double sided. Font should be size 12, Times New Roman. If including graphics, the font must be a minimum of size 10, and it counts against the page limit. Section 1: Applicable to all interested parties. Section 2 (Q1, Q2 and Q3) Page Limits: Maximum one (1) 8.5x11 inch sheet of paper, double sided. Font should be size 12, Times New Roman. If including a graphic, the font must be a minimum of size 10, and it counts against the page limit. Section 2: Applicable to small businesses only. Section 3 (Q4 through Q13) Page Limits: Maximum of ten (10) 8.5x11 inch sheets of paper, double sided. Each example is limited to one (1) 8.5x11 inch sheet of paper, double sided. Font should be size 12, Times New Roman. If choosing to include graphics, the font must be a minimum of size 10 and counts against the page limit. Section 3: Applicable to small businesses only. Section 4 Feedback on draft documents and Q14 Page Limits: Maximum of two (2) 8.5x11 inch sheets of paper, single sided. Font should be size 12, Times New Roman. If choosing to include graphics, the font must be a minimum of size 10 and counts against the page limit. Section 4: Applicable to all interested parties. Social and Environmental submission requirements: Potential contractors shall provide their size status for the above referenced NAICS, (i.e., large, small) and whether or not they are a certified HUBZone, small disadvantaged, woman-owned, veteran, service-disabled veteran-owned, or 8(a) small businesses concern. The 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. For informational purposes, the current Region 6 START IV contract is as follows: Weston Solutions, Inc. UEI SAM No. KGZWJ8H5U673 Contract No. EP-S5-17-02 As a professional courtesy, the contracting officer intends to acknowledge receipt of submissions via the FedConnect portal. All interested parties must submit all submissions concerning this SSN/RFI electronically through FedConnect. In order to make submissions, interested parties must register in FedConnect at www.fedconnect.net, see main page for registration instructions. For assistance in registering or for other FedConnect technical questions please call the FedConnect Help Desk at (800) 899-6665 or email at support@fedconnect.net. PLEASE DO NOT CONTACT EPA REGARDING ISSUES WITH FEDCONNECT. Only those submissions posted through FedConnect will be accepted. Additional Info: Contracting Office Address: U.S. Environmental Protection Agency, Headquarters (on behalf of Region 6 requiring activity) Office of Acquisition Solutions (OAS) 1300 Pennsylvania Ave NW Washington, DC 20460 Point of Contact(s): Rayna Brown Contracting Officer E-Mail: brown.rayna@epa.gov THE AGENCY WILL NOT RESPOND TO ANY QUESTIONS SUBMITTED YET WILL CONSIDER AND INCORPORATE INTO THE FINAL ACQUISITION STRATEGY DECISIONS AND/OR THE RESULTING SOLICITATION WHERE THE AGENCY DEEMS IT APPROPRIATE. THEREFORE, PLEASE ENGAGE WITH US ON THIS REQUIREMENT NEED. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH THIS ANNOUNCEMENT. EPA will provide updates through the EPA Acquisition Forecast Database (record FY 2018 – 12407), the Government Point of Entry (GPE), and FedConnect.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »