F--ORCR ERAS Economic and Analytical Support
REFERENCE NUMBER: SOL#: 68HERH19R0004* NOTE: This Pre-Solicitation Notice is being issued in accordance with Federal Acquisition Regulation (FAR) Subpart 5.204 entitled Presolicitation notices. Please... REFERENCE NUMBER: SOL#: 68HERH19R0004* NOTE: This Pre-Solicitation Notice is being issued in accordance with Federal Acquisition Regulation (FAR) Subpart 5.204 entitled Presolicitation notices. Please be advised, the posting of this notice in no way constitutes the Government¿s Request for Proposal (RFP) or otherwise obligates the Government to issue any other solicitation. The purpose of this synopsis is to notify potential offerors of the United States Environmental Protection Agency (USEPA), Office of Acquisition Solutions (OAS), Headquarters Acquisition Division (HQAD) intent to issue a solicitation in support for EPA's Office of Land and Emergency Management (OLEM), Office of Resource Conservation and Recovery (ORCR). The EPA's Office of Resource Conservation and Recovery (ORCR) is responsible for overseeing a variety of regulatory and non-regulatory activities focused on achieving and maintaining solid waste management safety goals through environmentally sound waste storage, treatment, cleanup and disposal. The U.S.EPA has a requirement to provide services for the assessment of potential risks, benefits, costs, economic impacts and other effects associated with the generation and management of hazardous solid waste for the Office of Resource Conservation and Recovery (ORCR). This is a re-compete for services performed under EPA contract number EP-W-12-013. The solicitation will be issued as a request for proposal (RFP). The North American Industry Classification System (NAICS) code is 541620 ¿ Environmental Consulting Services, with applicable size standard of $15 million. The contractor receiving this award shall undertake efforts that include, but are not limited to: 1) data and information collection, analysis, management and document preparation 2) regulatory assessment: costs, benefits, economic, and other impacts, 3) program transformation, evaluation, and support and 4) hazard, exposure, and risk assessment support. Task two is the primary focus of this contract. Economics and Risk Analysis Staff (ERAS) Economic and Analytical Support Services will be solicited, evaluated, and awarded in accordance with the procedures under Federal Acquisition Regulations (FAR) Part 15- Contracting by Negotiation. The solicitation will be issued as an RFP under Solicitation No. 68HERH19R0004. This requirement will not be procured as a small business set-aside and will be issued competitively based on full and open competition using FAR Part 15 procedures. The EPA anticipates award of a fixed rate indefinite delivery/indefinite quantity contract from this solicitation. Time-and-Material (T&M) or Fixed-Priced (FP) Task Orders or a hybrid of both T&M and FP will be utilized. The contract period of performance shall be for a one-year (12- month) base period with four (4) one-year option periods for a total contract performance period of five (5) years, sixty (60) months. It is estimated that the solicitation will be available on or about August 28, 2020 with a due date of 30 days after release of the solicitation. The Government reserves the right to make adjustment to this timeframe as necessary. This announcement is being posted for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. Detailed information for this requirement is provided through the Performance Work Statement (PWS) which will be posted on FedBizOpps: The purpose of this notice is to notify potential offerors of EPA's forthcoming requirement. This notice, the RFP, amendments and other information relevant to this procurement will be posted to https://beta.sam.gov/. Additional information, including a draft SOW, can be found at www.FedConnect.net. No response to this pre-solicitation notice is required. Please direct questions related to this procurement to Marneice Bivins. Fed Connect is the preferred method of correspondence. However, if you are experiencing technical difficulties with the site, please submit questions to: bivins.marneice@epa.gov. If you submit questions via email, please label the subject line "Questions Related to ERAS Pre-solicitation Notice SOL#: 68HERH19R0004¿. Fed Connect will be the repository for all information related to this solicitation. No questions will be addressed via oral communication nor will telephone inquiries be accepted at this time. Questions related to this procurement will not be answered until the solicitation is released. Thank you.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »
F--ERAS Analytical Economic Support
Office of Land and Emergency Management (OLEM) Office of Resource, Conservation and Recovery (ORCR) Economics and Risk Assessment Staff (ERAS) Analytical Economic Support Amendment to clarify response... Office of Land and Emergency Management (OLEM) Office of Resource, Conservation and Recovery (ORCR) Economics and Risk Assessment Staff (ERAS) Analytical Economic Support Amendment to clarify response time and to upload the Sources Sought Notice document. The U.S. Environmental Protection Agency (EPA) is issuing this Request for Information (RFI)/Sources Sought Notice (SSN) as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the OFFICE OF LAND & EMERGENCY MANAGEMENT (OLEM), OFFICE OF RESOURCE CONSERVATION AND RECOVERY (ORCR) ECONOMICS AND RISK ANALYSIS STAFF (ERAS) ANALYTICAL ECONOMIC SUPPORT. The resultant contract would support ORCR and its mission to encourage land-based practices that help ensure economic and environmental sustainability, safe materials/waste management, and ongoing waste reduction in accordance with the Performance Work Statement (PWS). The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541620 Environmental Consulting Services, with an applicable size standard of $15 million; however, the NAICS code may change for the solicitation. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for quotes or proposals. Submission of any information in response to this market survey is purely voluntary and the Government assumes no financial responsibility for any costs incurred. A draft Performance Work Statement (PWS) is provided as an attachment to this RFI/SSN. The contractor shall furnish the necessary personnel, supplies, equipment, services and facilities to perform the PWS. The draft PWS consists of five (5) general task areas that will be required to provide program support to OLEM/ORCR. These tasks are: (1) data and information collection, analysis, and management; (2) regulatory assessment, costs, benefits, economic, and other impacts; (3) program transformation, evaluation and support; (4) hazard, exposure and risk assessment support, and; (5) document preparation. If your organization has the potential capacity to perform these contract services, please provide the following information: All capability statements shall: 1. Include company name, address, DUNS, phone and principal owners including partners, subcontractors and/or joint venture arrangements. 2. Include business classification(s) based on the NAICS in this announcement. 3. State the (a) average number of employees of the concern; (b) average annual receipts based on the last 3 fiscal years; (c) other current business commitments (i.e., contracts, etc.); and (d) a description of the concern's accounting system for estimating and accumulating costs under cost¿reimbursement contracts and whether or not those system(s) have been audited and/or approved by any Government agency. Additionally, indicate if the concern's accounting system can support hybrid contract types, for instance both cost reimbursement and fixed price or any combination of contract types. 4. Include specific examples of work previously performed in all task areas described in the draft PWS within the past three years. Experience as a subcontractor, partner, joint venture, or key personnel is considered in the same manner as primary experience. Include reference(s) for each example. 5. Include detailed, documented proof of your company¿s past experience and/or capability to perform all task areas described in the draft PWS at the estimated level of effort for this requirement. 6. Demonstrate the management capability, corporate structure, and financial capability to meet the needs of the estimated level of effort and scope of this requirement. Note that any resulting solicitation under set¿aside procedures will include FAR 52.219¿14 Limitation on Subcontracting. 7. Not exceed 10 single-sided pages in length based on font size of no smaller than an 11 point font on 8.5" x 11" size pages with margins no less than 1" for the left, right, top and bottom excluding a cover page. Only emailed submissions permitted. The submission shall be a searchable PDF file format (a single file) that can be printed on 8.5" x 11" size paper and free from viruses or password protections. The Government is not responsible for receipt of corrupted files and therefore will not attempt to recover the file. 8. The Government will only consider information towards market research that falls within the page limitations/restrictions and disregard the remaining pages. 9. Avoid use of excessive marketing lexicon, submission of fancy brochures, unnecessary sales literature, and product puffery. 10. Identify any existing contract(s) or source(s) (e.g. GSA, GWACs) your company is on that would support performing the entire services outlined in the draft PWS for the full performance period. Capability statements shall be responsive to all information items requested herein to allow for an accurate business assessment. Standard brochures and paraphrasing of the PWS will not be considered a sufficient response to this notice. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements; and no telephone calls and/or requests for a solicitation will be accepted. The Government will evaluate market information to ascertain potential market capacity to: (1) provide similar services consistent in scope and complexity of the PWS; (2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar tasks; and (3) implement a successful project management plan that includes: compliance with schedule requirements, cost containment, hiring and retaining personnel, and risk mitigation; (4) identify any potentially significant organizational conflicts of interest; and (5) any comments and/or concerns regarding the PWS or subject prospective procurement. BASED ON THE RESPONSES TO THIS RFI/SSN/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL OR DISADVANTAGED BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Additionally, multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to organizations regarding their submission in response to this notice. SUBMISSION INSTRUCTIONS: Interested parties who consider themselves qualified to perform the above listed services are invited to submit a response to this RFI/SSN, of NO MORE THAN 10 single-sided pages, by 4:30 PM ET on March 13, 2019. All responses under this RFI/SSN must be submitted under this posting through FedConnect. In order to submit a response through FedConnect, interested parties must first be registered in FedConnect and have access to the FedConnect website located at https://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. Point of Contact: Meghan Thomas Meyers Contracting Officer U.S. EPA/OAS/HQAD Thomas.meghan@epa.gov
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »