A--Technical Support Services for Community and Site-Specific Human Health Risk As
The solicitation 68HERC21R0030 will be available for downloading at FedConnect® located at the following internet address: www.fedconnect.net/. Questions relating to the solicitation are required to b... The solicitation 68HERC21R0030 will be available for downloading at FedConnect® located at the following internet address: www.fedconnect.net/. Questions relating to the solicitation are required to be submitted electronically through FedConnect®. ONLY those questions posted through FedConnect® will be accepted. All responses to questions will be released on FedConnect®. At this Internet site, you will be able to register with FedConnect®, enabling you to download the solicitation once released, join the mailing list, and submit questions. If you need technical assistance in registering or for any other FedConnect® function, call the FedConnect® Help Desk at (800) 899-6665 or email at support@fedconnect.net. Contractor registration in the Government¿s System for Award Management (SAM) is required in order to be eligible for contract award. Registration may be completed and information regarding the registration process may be obtained at http://www.sam.gov. Once issued, solicitation documents will be available electronically for download at https://www.fedconnect.net. Hard copies of the solicitation package will not be distributed. Electronic copies of responses will be required and must be submitted via FedConnect® (https://www.fedconnect.net). The EPA has a need for a contractor to provide technical support in the development and updating of Provisional Peer-Reviewed Toxicity Value (PPRTV) assessments, as well as research related to prioritizing chemicals for the PPRTV program, expert consultation, and research on cross-cutting issues related to new alternative toxicity data sources and technologies. In addition, this Performance Work Statement (PWS) will entail work associated with cumulative risk assessment, including human and non-human biota, and chemical mixtures risk assessment, supporting the advancement of the science in community-based risk assessment. The solicitation shall contain the custom local provision Disclosure Requirements for Organizational Conflicts of Interest (EPA-L-09-102). Paragraph (a) of the clause shall provide as follows: The proposed contract requires that the Contractor provide support in developing and updating Provisional Peer-Reviewed Toxicity Value (PPRTV) assessments, as well as research related to prioritizing chemicals for the PPRTV program, expert consultation, and research on cross-cutting issues related to new alternative toxicity data sources and technologies. In addition, this PWS entails work associated with cumulative risk assessment, including human and non-human biota, and chemical mixtures risk assessment, and supporting the advancement of the science in community-based risk assessment. Each offeror shall specifically disclose whether it is: (1) a potentially responsible party (PRP) or whether it has a business or financial relationship(s) with PRPs; (2) an entity which has previously or is currently researching toxicity or performing risk assessment for non government or commercial clients; (3) an entity that manufactures, distributes, or sells chemicals, products, materials, or substances; (4) an entity that is subject to regulations, policies, standards, guidelines, or criteria that are based on PPRTVs; or (5) an entity that acts in an advisory or legal capacity, or that provides consultation services related to toxicity research or risk assessment for entities specified above; or for entities which are trying to overturn or circumvent EPA regulations, policies, standards, guidelines, or criteria that are based on PPRTV assessments. Paragraph (c) of the clause shall provide as follows: The Agency has determined that firms directly engaged in the business or which have a business or financial relationship with firms involved in the activities described in paragraph (a) above (further referred to as "these activities") may have significant potential organizational conflict of interest in relation to the requirements of this solicitation. In addition, a potential organizational conflict of interest may exist with firms that provide consulting and/or technical services related to these activities. The solicitation and resulting contract shall also contain the clause EPAAR 1552.209-74 ¿Limitation on Future Contracting¿ (APR 2004). Paragraph (c) of the clause shall provide as follows: The Contractor, during the life of the contract, will be ineligible to enter into a business or financial relationship with other entities to perform health/risk assessments on the same chemicals as, or are otherwise related to, those that have been or currently are being performed through Task Orders issued under this contract. Additionally, the Contractor, during the life of the contract, agrees not to enter into contracts with entities who could be impacted (either positively or negatively) from the content of regulations, policies, standards, guidelines, or criteria resulting from work that the Contractor or its subcontractors have performed or are performing under this contract, without prior written authorization from the Contracting Officer. In accordance with the clauses noted above, each offeror will be required to submit an Organizational Conflict of Interest (OCOI) plan, which will explain how potential or actual conflicts can be mitigated, avoided, or neutralized. The Government anticipates award of an indefinite delivery/indefinite quantity (ID/IQ) contract that will allow for the issuance of firm fixed price (FFP) and time and material (T&M) type task orders over an ordering period of five (5) years. The EPA intends to award a single contract with an ordering ceiling of $5 million. The anticipated solicitation release is in May 2021, and the close date shall be approximately 30 days thereafter. The solicitation will be issued on a full and open competitive basis with no small business set-aside(s). All responsible sources may submit a proposal for EPA consideration. The NAICS code is 541715 ¿Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)¿ with a size standard of 1,000 persons. Contract award will be made in accordance with FAR Part 15-Contracting by Negotiation. The point of contact is Pamela Kuykendall, Contract Specialist, at kuykendall.pamela@epa.gov.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »
A--Technical Support Services for Community and Site-Specific Human Health Risk As
THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The Environmental Protecti... THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The Environmental Protection Agency (EPA) is performing a `market search¿ for small businesses in preparation for a future procurement. Information submitted in response to this notice is merely used for internal market research purposes to identify capable, qualified small businesses relative to North American Industry Classification System (NAICS) Code 541715 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), with a size standard of 1,000 employees. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled; veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The EPA has a need for a contractor to provide the Office of Research and Development (ORD), National Center for Environmental Assessment (NCEA) support in developing and updating Provisional Peer-Reviewed Value (PPRTV) assessments, as well as research related to prioritizing chemicals for the PPRTV program, expert consultation, and research on cross-cutting issues related to new alternative toxicity data sources and technologies. In addition, this opportunity will entail work associated with cumulative risk assessment, including human and non-human biota, and chemical mixtures risk assessment, supporting the advancement of the science in community-based risk assessment. NCEA provides health assessments to the Superfund Program through the PPRTV Program. Through PPRTVs, NCEA provides EPA¿s Office of Solid Waste and Emergency Response (OSWER) with interim toxicity values on accelerated schedules and for chemicals with data that are sufficient to develop screening level values for priority setting but insufficient to support IRIS toxicity values. Chemicals are selected according to priorities set by NCEA and the Superfund Program. PPRTVs are OSWER¿s preferred source of peer-reviewed health assessments when IRIS values are not available for determining cleanup levels at Superfund sites. Like IRIS assessments, PPRTVs are developed consistent with Agency risk assessment guidelines and methodologies. PPRTVs are available at http://hhpprtv.ornl.gov/ CAPABILITY STATEMENT To help determine if this potential requirement may be set-aside for small business concerns, the government is seeking input from the small business community regarding their interest and capability in performing the tasks reflected in the draft Performance Work Statement (PWS), included as a separate document with this notice. The Government requests demonstration of capability by interested parties through submittal of capability statements. The Government will review the qualifications of interested parties based on their responses regarding capability of performing the draft PWS. Information submitted in response to this notice is merely used for internal market research purposes, and no feedback will be offered to the interested parties that submit capability statements. All capability statements must: 1. Not exceed six (6) single-sided pages in length. Excess pages will not be reviewed. 2. Be electronically submitted through the FEDCONNECT Portal no later than fifteen (15) calendar days from the date of this posting. 3. Include small business classification(s): Small Business, 8(a), HUBZone, small disadvantaged business [SDB], service-disabled veteran-owned small business [SDVOSB], women-owned small business [WOSB], veteran-owned small business [VOSB], etc. 4. Address capabilities relative to the key task areas in the draft PWS, in particular: a. Personnel with previous experience in developing health assessment documents, highlighting experience and familiarity with EPA guidance utilized for performing health assessments (e.g., 2005 Cancer Guidelines, other IRIS standard operating procedures and guidance) b. Demonstrated capability in development of Quality Assurance Project Plan (QAPP) with relevant work. Typically, QAPP will be compliant with R-5 requirements. Guidelines for developing quality documents for non-EPA organizations are available at http://www.epa.gov/QUALITY/exmural.html; c. Demonstrated capabilities in conducting comprehensive literature searches and preparing Scoping Documents (table and associated text) for each of the chemicals to be evaluated under any PPRTV task order. Please include any experience using EPA¿s Health and Environmental Research Online (HERO) database and other appropriate databases for literature search and retrieval; and d. Demonstrated capabilities in preparation of Provisional Toxicity Value documents for specified chemicals. All products are required to be consistent with state-of-the-science approaches and methods in human health risk assessment and will be expected to pass internal and external scientific peer reviews normally conducted prior to publication in peer reviewed journals. It is anticipated that this opportunity will be a single award ID/IQ type contract with the majority of the task orders issued as Time and Material (T&M), with the possibility for other orders issued on a Firm Fixed Price (FFP) basis. Contract starting in April 2022 with a 60-month ordering period. ANY INTERESTED FIRM should submit a capability statement (in accordance with the above criteria) which should provide their size status (i.e., large, small) in accordance with NAICS code 541715, and include whether or not they are a certified Hubzone, 8(a), women-owned, small disadvantaged, and/or disabled veteran owned concern. Any interested firms should submit a capability statement which demonstrates the firm¿s ability to perform the key requirements described above. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. As a reminder, small businesses are required to perform at least 50 percent of the costs of the contract performance with their own personnel (FAR 52.219-14). The EPA reserves the right to set this action aside for small businesses and other more discrete socioeconomic business categories. The respondent is required to submit its capabilities statement via FedConnect no later than 5:00PM EST on Friday, December 18, 2020. There is no charge to use FedConnect. (See https://www.fedconnect.net/Fedconnect). If you need technical assistance in registering or for any other FedConnect® function, call the FedConnect® Help Desk at (800) 899-6665 or email at support@fedconnect.net. A separate and subsequent Request for Proposal (RFP) may be provided for this requirement, which will be preceded by a Pre-Solicitation Notice.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »