R--Amendment 1 to Presolicitation Notice
Analysis and modeling of mobile source fuels, emissions and methods of control.
Analysis and modeling of mobile source fuels, emissions and methods of control.
Data sourced from SAM.gov.
View Official Posting »
Amendment 1 to Presolicitation Notice SOL 68HERC21R0077 "Analysis and Modeling of Mobile Source Fuels, Emissions, and Methods of Control" The purpose of this amendment is to: 1. Revise the language fo... Amendment 1 to Presolicitation Notice SOL 68HERC21R0077 "Analysis and Modeling of Mobile Source Fuels, Emissions, and Methods of Control" The purpose of this amendment is to: 1. Revise the language for the limitation of future contracting clause to below. The change is in the first sentence of the paragraph c. The solicitation and resulting contract will include the clause entitled Limitation of Future Contracting. The text of this clause will mirror the clause Limitation of Future Contracting, Alternate V (Headquarters Support), (EPAAR 1552.209-74), except for paragraph (c). Paragraph (c) of the clause shall read as follows: Unless prior written approval is obtained from the EPA Contracting Officer, the contractor, during the life of the contract, will be ineligible to enter into any substantial business or financial relationships with, including acting in any type of representational capacity for, mobile source industrial sectors, including manufacturers of: vehicles (light-duty on-highway or heavy-duty on-highway vehicles, marine vessels, aircraft, locomotives, or nonroad vehicles); nonroad equipment; engines (compression ignition, spark-ignition (2 or 4-stroke), turbine, hybrid or electric engines), batteries or fuel cells; or distributors or producers of: fuels (highway or nonroad), fuel additives, aftertreatment additives, engine oils (highway or nonroad) or other lubricants. 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 or policies that result from work that the contractor (or its subcontractors) have performed under this contract, or are currently performing, without prior written authorization from the Contracting Officer. 2. Change the anticipated solicitation release and close date. The anticipated solicitation release date is on or about June 3, 2021 and the close date shall be approximately thirty (30) days thereafter. SOL 68HERC21R0077 "Analysis and Modeling of Mobile Source Fuels, Emissions, and Methods of Control" The solicitation numbered SOL 68HERC21R0077 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 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 e-mail support@fedconnect.net. Contractor registration in the Government's System for Award Management (SAM) is required in order to submit a proposal in response to the solicitation and/or 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). E-mail or other methods of submission will not be accepted. The purpose of this solicitation is to award a contract to provide technical analyses and support activities to the Environmental Protection Agency (EPA), Office of Air and Radiation (OAR), Office of Transportation and Air Quality (OTAW), and other EPA programs. The contractor shall provide technical analyses and support activities for a full range of subjects related to mobile sources and the air pollutants that they emit (including, but not limited to greenhouse gases, short-lived climate-forcing agents, criteria pollutants, air toxics, and pollutant precursor compounds). The emissions relevant to these tasks include, but are not limited to, tailpipe emissions, upstream fuel and vehicle emissions, full life-cycle emissions, crankcase and evaporative losses, and brake and tire wear. The mobile sources include all vehicles, equipment and engines (i.e., light-duty on-highway and heavy-duty on-highway vehicles, marine vessels, aircraft, locomotives, nonroad vehicles and equipment, and compression ignition, spark-ignition (2 and 4-stroke), turbine, hybrid, and electric engines. Additionally, any fuels, fuel additives, and aftertreatment additives for these sources, in particular, conventional and reformulated gasoline, diesel fuel, and alternative fuels, such as methanol, ethanol, compressed natural gas (CNG), liquefied petroleum gas (LPG), bio-fuels, synthetic fuels, hydrogen and electricity (supplied from batteries or fuel cells), or hybrid vehicles operating on a combination of these fuels along with other energy storage devices, are within OTAQ's regulatory and assessment responsibility. Nonroad fuels are also included in the above requirements (if different from highway fuels), as well as non-road engine oils or other lubricants. These tasks cover analyses related, but not limited to, inventory, activity, population evaluation (equipment and people), air quality, human and environmental exposure, human and environmental health, economic impact, risk assessment, benefits assessment, industry characterization, and regulatory analyses related to the items listed above. The solicitation and resulting contract shall contain the custom local provision Disclosure Requirements for Organizational Conflicts of Interest (EPA-L-09-102). Paragraph (c) of the clause shall read as follows: (c) 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. Paragraph (a), as referenced above in Paragraph (c), shall read as follows: (a) The technical and scientific services to be provided under the proposed contract will support the Agency by providing a variety of technical analyses and support activities identified in the following tasks. These tasks cover the full range of subjects related to mobile sources and the air pollutants that they emit (including, but not limited to greenhouse gases, short-lived climate-forcing agents, criteria pollutants, air toxics, and pollutant precursor compounds). The emissions relevant to these tasks include, but are not limited to, tailpipe emissions, upstream fuel and vehicle emissions, full life-cycle emissions, crankcase and evaporative losses, and brake and tire wear. The mobile sources include all vehicles, equipment and engines (i.e., light-duty on-highway and heavy-duty on-highway vehicles, marine vessels, aircraft, locomotives, nonroad vehicles and equipment, and compression ignition, spark-ignition (2 and 4-stroke), turbine, hybrid, and electric engines. Additionally, any fuels, fuel additives, and aftertreatment additives for these sources, in particular, conventional and reformulated gasoline, diesel fuel, and alternative fuels, such as methanol, ethanol, compressed natural gas (CNG), liquefied petroleum gas (LPG), bio-fuels, synthetic fuels, hydrogen and electricity (supplied from batteries or fuel cells), or hybrid vehicles operating on a combination of these fuels along with other energy storage devices, are within OTAQ's regulatory and assessment responsibility. Nonroad fuels are also included in the above requirements (if different from highway fuels), as well as non-road engine oils or other lubricants. These tasks cover analyses related, but not limited to, inventory, activity, population evaluation (equipment and people), air quality, human and environmental exposure, human and environmental health, economic impact, risk assessment, benefits assessment, industry characterization, and regulatory analyses related to the items listed above. It is EPA's contention that a significant potential OCOI may exist if award were to be made to entities within the following groups. Each offeror shall specifically disclose whether it is part of these groups or has a relationship (e.g., a parent/subsidiary/sister company affiliation, or an existing contractual relationship) with entities in the following groups. Entities that are part of any of the mobile source industrial sectors, including manufacturers of: vehicles (light-duty on-highway or heavy-duty on-highway vehicles, marine vessels, aircraft, locomotives, or nonroad vehicles); nonroad equipment; engines (compression ignition, spark-ignition (2 or 4-stroke), turbine, hybrid or electric engines), batteries or fuel cells; or distributors or producers of: fuels (highway or nonroad), fuel additives, aftertreatment additives, engine oils (highway or nonroad) or other lubricants. The solicitation and resulting contract will include the clause entitled Limitation of Future Contracting. The text of this clause will mirror the clause Limitation of Future Contracting, Alternate V (Headquarters Support), (EPAAR 1552.209-74), except for paragraph (c). Paragraph (c) of the clause shall read as follows: Unless prior written approval is obtained from the EPA Contracting Officer, the contractor, during the life of the contract, will be ineligible to enter into any substantial business or financial relationships with, including acting in any type of representational capacity for, mobile source industrial sectors, including manufacturers of: vehicles (light-duty on-highway or heavy-duty on-highway vehicles, marine vessels, aircraft, locomotives, or nonroad vehicles); nonroad equipment; engines (compression ignition, spark-ignition (2 or 4-stroke), turbine, hybrid or electric engines), batteries or fuel cells; or distributors or producers of: fuels (highway or nonroad), fuel additives, aftertreatment additives, engine oils (highway or nonroad) or other lubricants. 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 or policies that result from work that the contractor (or its subcontractors) have performed under this contract, or are currently performing, without prior written authorization from the Contracting Officer. The Government anticipates award of an Indefinite Delivery/Indefinite Quantity (ID/IQ) single award Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) task order contract, with a single ordering period of 5 years. The EPA intends to award one (1) contract, with a maximum ceiling of $14.5 Million. The anticipated solicitation release date is on or about June 3, 2021 and the close date shall be approximately thirty (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 541620, "Environmental Consulting Services", with a size standard of $16.5 Million. Award will be made in accordance with FAR Part 15 -Contracting by Negotiation, using a Best Value source selection approach, price and other factors considered, where all non-price criteria, when combined, are significantly more important than price. The EPA contracting point of contact is Kimberly Loesch at loesch.kimberly@epa.gov or (513) 487-2058.
Data sourced from SAM.gov.
View Official Posting »
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. NO REIMBURSEMENT WILL BE M... 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. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP REQUESTS. The United States Environmental Protection Agency (EPA) is performing a market research for large and small businesses in preparation for a future procurement. The EPA has an ongoing need to provide technical analyses and support activities for the Office of Air and Radiation (OAR), Office of Transportation and Air Quality (OTAQ) To be considered a potential source, a firm must demonstrate it is able to provide the necessary personnel and services to support the effort delineated by the draft Performance Work Statement (PWS). The contractor shall provide technical analyses and support activities for a full range of subjects related to mobile sources and the air pollutants that they emit (including, but not limited to greenhouse gases, short-lived climate-forcing agents, criteria pollutants, air toxics, and pollutant precursor compounds). The emissions relevant to these tasks include, but are not limited to, tailpipe emissions, upstream fuel and vehicle emissions, full life-cycle emissions, crankcase and evaporative losses, and brake and tire wear. The mobile sources include all vehicles, equipment and engines (i.e., light-duty on-highway and heavy-duty on-highway vehicles, marine vessels, aircraft, locomotives, nonroad vehicles and equipment, and compression ignition, spark-ignition (2 and 4-stroke), turbine, hybrid, and electric engines. Additionally, any fuels, fuel additives, and aftertreatment additives for these sources, in particular, conventional and reformulated gasoline, diesel fuel, and alternative fuels, such as methanol, ethanol, compressed natural gas (CNG), liquefied petroleum gas (LPG), bio-fuels, synthetic fuels, hydrogen and electricity (supplied from batteries or fuel cells), or hybrid vehicles operating on a combination of these fuels along with other energy storage devices, are within OTAQ¿s regulatory and assessment responsibility. Nonroad fuels are also included in the above requirements (if different from highway fuels), as well as non-road engine oils or other lubricants. These tasks cover analyses related, but not limited to, inventory, activity, population evaluation (equipment and people), air quality, human and environmental exposure, human and environmental health, economic impact, risk assessment, benefits assessment, industry characterization, and regulatory analyses related to the items listed above. A draft PWS is attached. It is anticipated that the contract will be a single award IDIQ contract with a five-year ordering period with one additional year for task completion. The anticipated contract will also include an option to extend services for up to six months. The government is still considering which task order type(s) will be utilized, and is contemplating firm fixed price and time and materials task orders. The total level of effort of approximately 14,800 hours is anticipated over the five-year period of the contract. The applicable NAICS code is 541620 with a size standard of $16.5 million. Interested parties with the capability of providing the services described in the draft PWS are invited to submit a ten (10) page document, in writing, sufficient to clearly demonstrate their ability to provide the services described in the draft PWS, including personnel, experience and qualifications. A description of similar services previously or currently provided shall be provided. The information should include: size status for the above reference NAICS code, (i.e. large, small); whether the firm is a certified Hubzone, 8(a), women-owned, small disadvantaged and/or service disabled veteran-owned small business concern; point of contact; telephone number; email address; and interest in proposing on the solicitation when issued. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. The EPA reserves the right to set this action aside for small businesses if it determines that there are two or more small businesses able to compete in terms of market prices, quality, and delivery. If set aside, a small business would be required to comply with FAR 52.219-14. Capabilities Statements in response to this Sources Sought Synopsis MUST BE SUBMITTED THROUGH THE FEDCONNECT PORTAL MESSAGE CENTER by 4:00 p.m. EST, on March 15, 2021. Any questions regarding the content of this Sources Sought Synopsis announcement must be submitted through the FedConnect portal. You must register with FedConnect to submit documents, questions, and to view responses. FedConnect can be accessed at https://www.fedconnect.net/fedconnect/. FedConnect is a web portal that connects agencies and vendors to streamline the process of doing business with the federal government. Through FedConnect, contractors will be able to receive, review, and respond to contract pre- and post-award actions and documents such as correspondence, request for proposals, tasking instruments, and contract modifications. The use of FedConnect also furthers the EPA¿s commitment to moving towards a paperless acquisition environment by reducing its carbon footprint and conducting its business in an ecologically friendly manner. There is no charge to use FedConnect. Vendors can register with FedConnect at www.fedconnect.net/fedconnect/. 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. In addition, all vendors must be registered in the System for Award Management (SAM), as this facilitates registration for FedConnect. Please note that vendors MUST have their SAM profile set to "public", otherwise FedConnect will not be able to access the SAM information required to validate vendor credentials. Registration may be completed at http://www.sam.gov. There is no charge for registration in SAM. A separate synopsis will be issued for any Request for Proposal (RFP) resulting from this Sources Sought Synopsis.
Data sourced from SAM.gov.
View Official Posting »