Federal Contract Opportunity

Last Updated on 18 Sep 2023 at 8 PM
Solicitation
Cincinnati Ohio

R--T&E & ESF Operations & Tech Support

Details

Solicitation ID 68HERC23R0158
Posted Date 18 Sep 2023 at 8 PM
Response Date 01 Aug 2025 at 7 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Cincinnati Acquisition Div (cad)
Agency Environmental Protection Agency
Location Cincinnati Ohio United states 45268

Possible Bidders

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Sikorsky Aircraft Corporation

Rochester Shelton Jacksonville West haven Stratford Bridgeport Jupiter Fort worth

Domestic Awardees (undisclosed)

Accra Uljin Washington Arlington

Fss Alutiiq Joint Venture

Anchorage Chesapeake

Kelly Services Incorporated

Burlington Greenbelt Portsmouth Seattle Atlanta Ithaca Silver spring Hartford Cambridge Troy Amarillo Augusta Salt lake city Casper Detroit Bismarck Avondale Madison Arvada Reno

Sign up to access Documents

Signup now
UNITED STATES ENVIRONMENTAL PROTECTION AGENCY
Cincinnati, OH 45268

Pre Solicitation Notice
SOL 68HERC23R0158
“Operations and Technical Support Services for EPA-Cincinnati Test and Evaluation (T&E) Facility, Milford Experimental Stream Facility (ESF) and Other Cincinnati Satellite Facilities”

The solicitation 68HERC23R0158 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 to 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 [email protected].

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 Environmental Protection Agency (EPA), Office of Research and Development (ORD), Research Centers has a need for a contractor to provide technical support to operate and conduct environmental research, testing, evaluation, development, and demonstration verification studies in support of ORD's mission at its various Cincinnati facilities. While the EPA’s Test and Evaluation (T&E) Facility, located at 1600 Gest Street, Cincinnati, Ohio, will be the primary location supported by the contractor, other Cincinnati area EPA facilities will also be supported.

Research efforts can encompass bench , pilot and field scale studies on innovative technologies, as well as larger scale studies when required to field test and demonstrate technologies. Contractor involvement shall range from a minimum of project coordination and facilitation to full design, implementation, and operation. Most of the actual testing and evaluation will take place at the T&E Facility; however, some of the preliminary preparations and follow up activities, such as report writing, and data analysis may take place in the contractor’s office or other remote location. Occasionally, testing, evaluation, verification and demonstrations may also be conducted in field locations.


The solicitation shall contain the custom local provision Disclosure Requirements for Organizational Conflicts of Interest (EPA-L-09-102) Paragraphs (a) and (c) of the clause shall provide as follows:

(a) The proposed contract requires that the contractor provide laboratory operations support services in the following research areas: water monitoring; contaminant warning systems; water contamination detection research with various sensors; water infrastructure decontamination; water security experiments; drinking water treatment; infrastructure; source water treatment; watershed management; storm water; water quality monitoring with bio- sentinel urban water cycles; solids management; nano-technology; and hazardous waste treatment.

Each offeror shall specifically disclose whether it is one of the following entities:

• Entities that manufacture or sell commercially available water-related treatment technologies, processes, or equipment.

• Entities that manufacture or sell water-related sensors or monitors.

• Entities that manufacture or sell package plant and/or POU/POE water treatment equipment or devices designed for small water treatment plants as defined by the Safe Drinking Water Act.

• Entities that manufacture or sell membrane-based separation process technology.

• Entities that manufacture or sell water treatment devices or technology involving UV radiation, ozone generation, or titanium dioxide-based photocatalysis.

• Entities that manufacture or sell water-related biological response/effect sensors or monitors.

• Entities that manufacture or sell biofuel feedstock crops (e.g., corn) or ligno-cellulosic metabolizing enzymes and the microbes from which such enzyme are derived.

• Entities that manufacture or sell Endocrine Disrupting Compounds (EDCs), pharmaceuticals, and/or personal care products.

• Entities that are regulated under RCRA, CERCLA, SDWA or TSCA.

• Entities that are a potentially responsible party (PRP) at a Superfund site.

• Entities that are a chemical manufacturer, particularly if said chemicals are subject to regulation under the laws of RCRA, CERCLA, SDWA or TSCA.

• Entities that act in a consulting, advisory, or legal capacity with, or for, firms trying to overturn or circumvent the regulations on waste water discharge, water quality, waste water treatment, or organic-based biofuel.

(c) The Agency has determined that entities directly engaged in the business, or which have a business or financial relationship with entities 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 entities that provide consulting and/or technical services related to these activities.

The solicitation and resulting contract shall also contain the clause, “Limitation on Future Contracting.” The text of this clause will track with Limitation of Future Contracting, Alternative V (Headquarters Support), EPAAR 1552.209-74 (APR 2004), except for paragraph (c). Paragraph (c) of the clause shall read as follows:

Paragraph c: “Unless prior written approval is obtained from the EPA Contracting Officer, the contractor agrees not to enter into a contract with or to represent any party, other than the EPA, where a potential conflict of interest (COI) is present for any requirement under this contract. Specifically, the contractor may not enter into a business or financial relationship with any entities that:

(1) are regulated under CERCLA, SDWA, or TSCA;

(2) manufacture, sell, or import: commercially available water-related treatment technologies, processes, or equipment; water-related sensors or monitors; package plant and/or POU /POE water treatment equipment or devices designed for small water treatment plants (as defined by the SDWA); membrane-based separation process technology; water treatment devices or technology involving UV radiation, ozone generation, or titanium dioxide-based photocatalysis; water-related biological response/effect sensors or monitors; biofuel feedstock crops (e.g., corn) or ligno-cellulosic metabolizing enzymes and the microbes from which such enzymes are derived; Endocrine Disrupting Compounds (SDCs), pharmaceuticals, and/or personal care products;

(3) are a PRP at a Superfund site or have business or financial relationships with entities regulated under CERCLA, SDWA, or TSCA; or

(4) manufacture chemicals subject to regulation under the aforementioned laws. These restrictions apply during the life of the contract.”

The Government anticipates award of a 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 7 years. The EPA intends to award a single contract with an ordering ceiling of $26 million. The anticipated solicitation release is in the late October early November time frame and the close date shall be approximately 45 days thereafter. The solicitation will be issued on a full and open competitive basis with no small business set-aside(s). A Draft Performance Work Statement (PWS) document shall accompany this Pre solicitation Notice via separate attachment. Be advised that changes to any or all documentation is possible when the final Solicitation (SOL) is released. No hard copies will be available.

All responsible sources may submit a proposal for EPA consideration. The applicable 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 employees. Contract award will be made in accordance with FAR part 15-Contracting by Negotiation. The point of contact is Matthew Growney, Contracting Officer, at [email protected].





Similar Opportunities

Baltimore Maryland 16 May 2024 at 3 PM
San diego California 24 May 2024 at 2 PM
Louisville Kentucky 17 May 2024 at 10 PM

Similar Awards

Location Unknown 20 Oct 2008 at 3 PM
Puget sound Washington 05 Jan 2005 at 5 AM
Location Unknown 02 Feb 2011 at 9 PM
Location Unknown 03 May 2005 at 5 AM