EPA Region 9 - Water Programs Environmental Consulting Services
ID: RFQ1484862 • Type: Solicitation
Submit Questions to Government Officer Anonymously
Place your question(s) below. One of our analysts will anonymously submit the question(s) within 8 hours and provide any responses via email once received.
Question & Answer Assistant
Hello! Please let me know your question about this opportunity. I will answer based on the related documents for this opportunity.
Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading
Select Document for Processing
Select a document for analysis.
Historical solicitation only available to Multiple Award Schedule (MAS) holders. Limited information below has been provided to HigherGov via FOIA request.
Description
Request for Quotation to Establish GSA Blanket Purchase Agreements (BPAs) U.S. Environmental Protection Agency, Region 9 Water Division Water Programs Environmental Consulting Services 1. Pursuant to GSA Federal Supply Schedule, Multiple Award Schedules (MAS) contracts, "Blanket Purchase Agreement(s)," the Contractor agrees to the following terms of a Blanket Purchase Agreement (BPA) with the Environmental Protection Agency, Region 9. Only GSA Schedule contractors under Multiple Award Schedules (MAS) may compete for the BPA. NAICS: 541620 Environmental Consulting Services SIN 00CORP 100 03 Ancillary Supplies and/or Services Multiple Award BPAs will be established and will be performance-based. 2. It is anticipated that a series of Call orders will be issued to meet EPA - Water Programs Environmental Consulting Services. Services performed are for the United States Environmental Protection Agency (EPA), Region 9, in accordance with the Performance Work Statement (PWS) (Attachment 1). The government estimates, but does not guarantee, that the volume of purchases through this agreement will be at a ceiling of $20,000,000. Each order becomes a binding contract upon issuance of the order. 3. Failure to reach agreement on price for any order issued before its price is established is a dispute under the Disputes clause included in the basic ordering agreement. 4. Delivery: DESTINATION DELIVERY SCHEDULE/DATES EPA, Region 9 Base Year 2021 - 2022 Option Year 1: 2022 2023 Option Year 2: 2023 2024 Option Year 3: 2024 2025 Option Year 4: 2025 - 2026 5. This BPA does not commit the government to pay any cost for the preparation and submission of a quote. Furthermore, the government is under no obligation to procure any supplies or services relative to this request. You are reminded that the Contracting Officer is the only person who can legally commit the government to the expenditure of funds in connection with this requirement. 6. This BPA expires in 2026. BPA Term. The BPAs expire five years after date of establishment or on the date the contractor no longer has a GSA Schedule contract in effect. This expiration is contingent upon the contractor maintaining or renewing a GSA FSS Schedule. The BPA will be reviewed annually to ensure it still represents a "best value." 7. The following office(s) is (are) hereby authorized to place orders under this BPA. OFFICE POINT OF CONTACT EPA, Region 9 Nancy De Bo, Contracting Officer 8. Orders shall be placed in accordance with the procedures outlined in FAR 8.405-3(c)(2). 9. Unless otherwise agreed to, delivery tickets or sales slips containing the followinginformation as a minimum must accompany all deliveries under this BPA: - Name of supplier - BPA number - Date of service - Purchase number - Itemized list of services furnished - Price, less applicable discounts - Name of the authorized employee 10. The requirements of a proper invoice are as specified in the GSA Schedule contract. Invoices will be submitted to the address specified within the Call order transmission issued against this BPA. 11. The terms and conditions included in this BPA apply to all purchases made pursuant to it. 12. Your quote must be submitted by 1500 PT, July 12, 2021. Quotes received after this date/time will not be considered for award. Firms responding to this request for quotation are requested to submit a written quote via GSA at https://www.ebuy.gsa.gov/ebuy/ and email a copy to Nancy De Bo at the following email address: U.S. Environmental Protection Agency, Region 9Attn: Nancy De Bo Email: debo.nancy@epa.gov Subject: RFQ1484862 EPA Water Division 13. Questions may be submitted on or before 0900 PT, June 18, 2021 via GSA at https://www.ebuy.gsa.gov/ebuy/ and email a copy to Nancy De Bo at debo.nancy@epa.gov. 14. This is not a FAR part 15 procurement; therefore, no discussions will be held. Clarifications will be requested if necessary. LOCAL CLAUSES EPA-B-16-101 MINIMUM AND MAXIMUM AMOUNTS During the period specified in the "Ordering" clause, section I-27 FAR 52.216-18, the Government shall place orders totaling a minimum of $150,000.00 for the entirety of the contract. The amount of all orders shall not exceed $20,000,000.00 under this set of multiple award agreements. B-3 TYPE OF CONTRACT The Government contemplates award of a Fixed-Rate Labor Hour, Blanket Purchase Agreement (BPA) for this solicitation. The period of performance of the agreement will consist of one base period, and four award terms, for a total of five (5) years. Under this BPA, the Government will order work by using fixed price, Firm Fixed price, fixed labor rate type Call orders (Sections 1, 2, and 3), or Fixed Labor Hour type Call orders under Circuit Rider related services (Section 2). B-4 Other Direct Costs (ODCs) The ODC portion of the contract consists of other direct costs, such as specialized labor, non-routine equipment, travel, and some subcontracts. All costs that do not come within these limited categories are considered to be part of the fixed rate portion of the contract. Therefore, these costs are separate and distinct from the fixed rate portion of the contract. The ODC portion of the contract will be funded on an as-needed basis. The contractor will only be reimbursed for actual costs incurred that are required to accomplish the tasks outlined in the Performance Work Statement, however these costs will need to be approved in advance. These costs will be treated in accordance with the Section I clause entitled, "ALLOWABLE COST AND PAYMENT (FAR 52.216-7)." Such costs shall be charged in accordance with the Contractor's established and accepted accounting practices. The Government will compensate the contractor for incurred costs that are determined to be reasonable, allowable, and allocable. If contractors competing for Call Orders normally apply an indirect charge (overhead or G&A) to ODCs, this normal charge (expressed as a percentage) must be included in the contractors's proposal. If any of the cost elements identified as part of the specified other direct costs are recovered as an indirect cost, in accordance with the contractors's accounting system, these costs should not be included as a direct cost. Complete explanation of this adjustment and the contractor's practice should be provided. This indirect charge is subject to full review by the EPA and must conform to the cost principles in FAR Part 31. A. TRAVEL Travel costs will be subject to the restrictions found in FAR 31.205-46 and Federal TravelRegulations. The Contractor(s) primary mobilization point is To be specified in each individual Call order 1. When an employee is required to travel in excess of fifty (50) miles one way from his/her residence or place of employment (whichever is less) to a site and return, such travel is considered work time for which reimbursement by the Government should be made at appropriate straight time rates. Reimbursement for travel time shall not be made by EPA if the contractor's employee(s)is/are not paid for travel time. Miles shall be measured in radial miles or actual miles as determinedby the CO. 2. For any employee, routine daily commuting time (less than 50 miles one-way) to and from the work site is not an allowable charge under the contract. The Contractor agrees to make every effortto utilize employees from the nearest possible location. 3. Except as explicitly set forth below, the contractor shall be reimbursed for reasonable andallocable travel costs actually incurred by and paid to the contractor's employees. 4. Consistent with the expected duration of the site, the contractor shall ensure to the extent practicable, that lodging is secured on "other than a daily rate basis" so that maximum quantity andterm discounts are achieved. Further, on long-term sites, to the maximum extent practicable/possible, the contractor shall securefull-service lodging suites inclusive of kitchen facilities. A long-term site is defined as an active site with a duration of greater than sixty days. When this is accomplished, subsistence will be reduced to a percentage of the offeror's standard policy for reimbursement for meals and incidental expenses. The contractor shall submit a proposed rate/percentage to the CO when this long-term situation is realized. Personnel subject to this limitation include alternate relief personnel mobilizing to an existing long- term site. B. NON-ROUTINE EQUIPMENT AND SPECIALIZED LABOR The ODC category in the schedule is intended for those costs not specified elsewhere in the schedule, such as Specialized Labor and non-routine equipment. Non-routine equipment is definedas any equipment not included in the fixed rate equipment list found in this clause. Non-Routine equipment charges must be approved in advance by the CO at the Call order level. Costs for Specialized Labor are separate and distinct from the fixed rates. Allowable and allocabledirect and indirect costs for Specialized Labor which have been authorized by the CO in a Call Order may be paid if prior written approval is provided by the Contracting Officer. Costs for Specialized Labor will be treated in accordance with the Clause entitled "Allowable Cost and Payment (FAR 52.216-7)" and shall be charged in accordance with the contractor's established and acceptedaccounting practices. As appropriate, a ceiling shall be established in a Call Order for Specialized Labor for current contract year and/or TO period of performance. Cumulative costs for Specialized Labor for the prime contractor and all team subcontractors in excess of the amounts established in the Call Orderare not allowable as a charge to this contract without the prior written approval of the CO. C. SUBMISSION OF DELIVERABLES ELECTRONICALLY (a) At the request of the Contracting Officer or as directed in the individual call orders, the Contractor shall submit deliverables electronically and shall be packaged in accordance with standard commercial practice forADP software. The electronic media shall be labeled to indicate: 1. Name of deliverable 2. Contractor Name 3. Contract Number 4. Date written 5. Indication of draft or final version (b) For each deliverable, data shall be separated by category and submitted on the data storage deviceusing the following categories: DATA CATEGORY Software application 1. Narratives As specified in the Call Orders 2. Spreadsheets As specified in the Call Orders 3. Data Bases As specified in the Call Orders 4. PC to PC Communications As specified in the Call Orders 5. Graphics As specified in the Call Orders (c) All data submitted in accordance with this clause shall be in the version of the software applications as directedby the Contracting Officer. (End of clause) LOCAL CLAUSES EPA-H-42-103 TEMPORARY CLOSURE OF EPA FACILITIES (a) (1) The Environmental Protection Agency observes the following days as federal holidays. The term 'Federal holidays' as used in this clause shall mean only the following enumerated days and any other days hereafter declared National holidays by the President of the United States. Holidays falling on a Sunday will be observed on the following Monday. Holidays falling on a Saturday will be observed on the preceding Friday. January 1 - New Year's Day January - Monday - Martin Luther King Day February - Third Monday - Washington's Birthday May - Last Monday - Memorial Day July 4 - Independence Day September First Monday - Labor Day October - Second Monday - Columbus Day November 11 - Veterans Day November - Fourth Thursday - Thanksgiving Day December 25 - Christmas Day (1) Holiday observances of such days by Government personnel shall not be cause for additional period of performance or entitlement to compensation except as set forth in the contract. If the Contractor's personnel work on a holiday, no form of holiday or other premium compensation will be reimbursed either as a direct or indirect cost, unless authorized pursuant to an overtime clause elsewhere in the contract. (b) (1) EPA may close an EPA facility for all or a portion of a business day as a result of: i. Granting administrative leave to non-essential EPA employees (e.g., unanticipated holiday); ii. Inclement weather; iii. Failure of Congress to appropriate operational funds; iv. Any other day designated by Federal law, Executive Order or Presidential Proclamation; or v. Other reason as determined by the EPA (e.g., designated furlough day forfederal workers). (2) In such cases, Contractor personnel not determined by the Contracting Officer to be excepted (e.g., not performing mission-critical round-the-clock services/calls) who are not already on duty at the facility shall not report to the facility. Such Contractor personnel already present shall be dismissed and shall leave the facility. (3) The Contractor agrees to continue to provide sufficient personnel to perform round- the-clock requirements of mission-critical services/tasks already in operation or scheduled for performance during the period in which EPA employees are dismissed and shall be guided by any specific instructions of the Contracting Officer or his/her duly authorized representative. In formulating instructions, the Contracting Officer or authorized representative may consider recommendations from regional/local EPA facilities management/operations staff. (c) When Contractor personnel services are not required or provided due to closure of anEPA facility as described in paragraph (b), the contract price will be adjusted as follows: (1) For fixed-price contracts, deductions in the Contractor's price will be computed asappropriate for the particular firm fixed price contract in question, e.g., (i) The deduction rate in dollars per day will be equal to the per-month contract price divided by 21 days per month. (In this example, the 21-days-per-month figure was calculated as follows: 365 calendar days/year - 10 Federal holidays - 104 Saturdays/Sundays = 251 days/12 months = 20.92 days/month, rounded up to 21 days/month) (ii) The deduction rate in dollars per day will be multiplied by the number of days services are not required or provided. If services are provided for portions of days, appropriate adjustment will be made by the Contracting Officer to ensure that the Contractor is compensated for services provided. (2) For cost-reimbursement, time-and-materials and labor-hour type contracts, EPA shallnot reimburse, as direct costs, salaries or wages of Contractor personnel for the period during which such personnel are dismissed from, or do not have access to, the facility. (d) The Contractor shall place identical requirements, including this paragraph, in all subcontracts that require performance of work on-site unless otherwise instructed by the Contracting Officer. (End of Clause) EPA-G-42-101 Contract Administration Representatives Contract-Level Contracting Officers Representatives (CORs)/Project Officers for this contract are as follows: Jamelya Curtis: COR/Project Officer Elizabeth Borowiec: Alternate COR/Project Officer Contracting Officials responsible for administering this contract are as follows: Nancy De Bo/Administrative Contracting Officer Rede Shifferaw/Alternate Contracting Officer (Endof Clause) EPA-H-07-102 Identification of On-Site Contractor Employees All Contractor, subcontractor, and consultant personnel shall wear prominently displayed identification badges at all times when performing work on EPA property or attending meetings in the performance of this contract. The badge shall contain the individual's name, the company name and logo. When participating in such meetings (e.g., as a speaker, panel member), those individuals in Contractor employ must supplement physical identification (e.g., badges, place markers) with verbal announcements so that it is clear to the assembled group that they are employees of the Contractor, not Agency staff members. In addition, when working on EPA property, all contractor, subcontractor, and consultant personnel shall have signs visible on their desks or at their work sites that clearly state that they are not EPA employees. (End of Clause) EPA-H-07-103 Notice Regarding Prohibited Contractor Activities on Environmental Protection Agency (EPA) Contracts The Contractor shall not perform any of the following activities on behalf of EPA in connection with this contract: 1. The actual preparation of Congressional testimony. 2. The interviewing or hiring of individuals for employment at EPA. 3. Developing and/or writing of Position Descriptions and Performance Standards. 4. The actual determination of Agency policy. 5. Participating as a voting member on a Performance Evaluation Board; participating in and/or attending Award Fee meetings. 6. Preparing Award Fee Letters, even under typing services contracts. 7. The actual preparation of Award Fee Plans. 8. The preparation of documents on EPA Letterhead other than routine administrative correspondence. 9. Reviewing vouchers and invoices for the purposes of determining whether costs, hours, andwork performed are reasonable. 10. The preparation of Statements of Work, Work Assignments, Technical Direction Documents, Delivery Orders, or any other work issuance document under a contract that the contractor is performing or may perform. Such a work issuance document, prepared by an EPA prime contractor under an EPA prime contract for its subcontractor, is exempt from this prohibition. 11. The actual preparation of responses to audit reports from the Inspector General, General Accounting Office, or other auditing entities. 12. Preparing responses to Congressional correspondence. 13. The actual preparation of responses to Freedom of Information Act requests, other than routine, nonjudgmental correspondence. 14. Any contract which authorizes a contractor to represent itself as EPA to outside parties. 15. Conducting administrative hearings. 16. Reviewing findings concerning the eligibility of EPA employees for security clearances. 17. The actual preparation of an office's official budget request. (End of Clause) EPA-H-15-101 Release of Cost or Pricing Quotes Outside the Government for Audit Cost or pricing quotes submitted in response to this solicitation may be released outside the Government for audit purposes regardless of whether information contained in such quotes has been claimed or determined to be business confidential. If an outside audit is obtained the non- Government auditor shall use the information only for audit purposes; shall not disclose any information in the quotes to anyone other than authorized EPA employees without the prior written approval of the Assistant General Counsel responsible for information law matters; and shall return all copies of quotes, as well as any abstracts, to the Government upon completion of the audit. The non-Government auditor shall obtain a written agreement from each of its employees with access to the quotes to honor these limitations prior to allowing the employee access. (End of Clause) EPA-H-23-101 Environmentally Preferable Practices The contractor shall, to the greatest extent practicable, utilize environmentally preferable practices in its course of business. "Environmentally preferable" is defined as products or services that have a lesser or reduced effect on human health and the environment when compared with competing products or services that serve the same purpose. This comparison may consider raw materials acquisition, production, manufacturing, packaging, distribution, reuse, operation, maintenance, or disposal of the product or service. Consideration of environmentally preferable practices must be consistent with price, performance, availability, and safety conditions. (End of Clause) EPA-H-31-104 APPROVAL OF CONTRACTOR TRAVEL EPA- a) For purposes of this clause, the term "travel" does not include local transportation. "Local Transportation" is defined as travel within 50 miles from the contractor personnel's assigned work location for performance of the contract that does not involve an overnight stay. (b) Any contractor travel which may be directly charged to the contract must be authorized in advance by the Contract-Level COR. This approval shall be separate from the process associated with the approval of work plans. (See paragraph (f) below). (c) Travel shall be authorized under this contract only when the travel is required to provide a direct service (including management oversight) or specific product to the Government that is identified in the contract's Statement of Work (and/or any applicable work assignment). The contractor shall identify the need for travel in any work plans submitted and shall clearly identify in an accompanying narrative the relationship of the travel to the direct service required by the Government. Unless/until the Contract-Level COR specifically approves the travel proposed under a work assignment (apart from approval of the remainder of the work assignment- see paragraph (e) below), the contractor shall not perform travel. Travel and associated costs for such travel (lodging, per diem, and incidental expenses) shall be allowable only in accordance with the limitations of FAR 31.205-43 and FAR 31.205-46. (d) Travel expenses for Federal employees shall not be an allowable cost under this contract. Travel approval shall not be rendered for any personnel (including for example State or local government officials, academicians, etc.) except for employees of the contractor, or an authorized subcontractor or consultant, who are performing a bona fide function to accomplish the Statement of Work. (e) To obtain the approval for travel, the contractor shall submit a separate written request to the Contract-Level COR for each instance of travel for the contractor (including subcontractors/consultants) that is contemplated as a direct charge under the contract. The request shall include (at a minimum) the following information: (1) Individual(s) traveling. Identify position and affiliation as a contractor/subcontractor employee or authorized consultant. (2) Description of circumstances necessitating the travel. Identify the work assignment(s) that will benefit from the travel and detail the correlation of the travel to the requirements of the Statement of Work. (3) Identify the estimated cost and include a cost breakdown. Explain why this is the most cost- effective means to fulfill the contract requirements. (f) Approval of work plans that include travel as another direct cost element shall not be construed to mean the travel is approved; i.e., separate approval shall be obtained from the Contract-Level COR. (g) While on travel, Contractor personnel shall clearly identify corporate affiliation at the start of any meeting. While attending EPA-sponsored meetings, conferences, symposia, etc. or while on a Government site, Contractor personnel shall wear a badge which identifies the individual as a contractor employee. Contractor personnel are strictly prohibited from acting as an official representative of the Agency at meetings, conferences, symposia, etc. H-42-102 UTILIZATION OF FEDCONNECT FOR CONTRACT ADMINISTRATION EPA will utilize the FedConnectweb portal in administering this BPA. The contractor must be registered in FedConnectand have access to the FedConnect website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnecttechnical questions please call the FedConnectHelp Desk at (800) 899- 6665 or email at support@fedconnect.net. End of clause EPA-L-15-102 TECHNICAL QUESTIONS Offerors must submit all technical questions concerning this solicitation shall be sent electronically utilizing GSA and to Nancy De Bo, email: debo.nancy@epa.gov . In order to submitquestions, offerors must be registered in GSA. EPA must receive technical questions no later than 7 calendar days after the issuance date of this RFQ. EPA will utilize GSA to issue amendments to the RFQ (e.g., to answer technical questions which may affect quote submittal). EPA will not reference the source of the questions. (End of Provision) EPA-L-19-102 EPA'S GOALS FOR SUBCONTRACTING WITH SMALL BUSINESSES (a) In accordance with FAR 52.219-9, Alternate II, the Contracting Officer is requesting all Large Businesses which submit an offer under a negotiated Request for Quote (RFQ) that is expected toresult in a contract which will exceed $650,000 ($1,500,000 for construction) and have subcontracting possibilities provide a subcontracting plan with their initial offer. (b) In reviewing offeror's subcontracting plans submitted in accordance with the provision entitled, "Utilization of Small Business Concerns," (FAR 52.219-8)and "Small Business Subcontracting Plan," (FAR 52.219-9) EPA will use its own goals as negotiated with SBA as an Agency guideline. EPA's Socio-Economic subcontracting goal currently totals 55.0% of available subcontract dollars. These goals currently breakout as follows: Dollars Awarded Percent of Subcontract Awards to Small Businesses 55.0% Awards to Small Disadvantaged Businesses 5.0% Awards to HUB Zone Businesses 3.0% Awards to Service Disabled Veteran 3.0% Awards to Woman-Owned Businesses 5.0% (c) These goals are not intended to be mandatory; however, offerors are encouraged to keep these goals in mind when developing their subcontracting plan. Please note that goals must beproposed as a percentage of total dollars being subcontracted. GENERAL PROCEDURES FOR ORDERING, SELECTION, AND ISSUANCE OF CALL ORDERS The Government intends to consider for call order awards all Contractors that received an award in the applicable sections under Solicitation Number RFQ1484862. Performance of this contract will be subject to the following Ordering and Selection Procedures. Orders will be placed in accordance with FAR 8.405. A. FAIR OPPORTUNITY IN ORDER PLACEMENT AND SELECTION (1) An order may not increase the scope, period, or maximum value of the BPA under which the order is issued. The scope, period, or maximum value of the BPA may be changed only by modification to the BPA. (2) Each Contractor shall be provided a "fair opportunity" to be considered for each order inexcess of $3,500. The Contracting Officer shall exercise broad discretion in determining fair opportunity and may consider factors such as past performance, quality of deliverables ,cost control, cost, or other relevant factors in placing Call Orders. (3) Each awardee shall be provided a fair opportunity to be considered for each order in excess of $3,500. As determined by the Contracting Officer an awardee may not be given theopportunity for consideration if -- (a) The need for the task is of such urgency that providing such opportunity would result in unacceptable delays; (b) Only one such Contractor is capable of providing such services required at the level of quality required because of the service's orders are unique or highly specialized; (c) The order should be issued on a sole source basis in the interest of economy andefficiency as a logical follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order; B. ISSUANCE OF ORDERS For the purpose of this award, the Contracting Officer may issue orders on either a firm- fixed- price, fixed rate, or a fixed labor hour basis or a combination of both. Contract clauses and provisions applicable to any order shall be as intended by the Federal Acquisition Regulations for fixed-price and fixed labor hour type contracts. C. PROCEDURES FOR REQUESTING AND RECEIVING TECHNICAL AND/OR COST QUOTES The Government intends to obtain written quotes from the Contractors within the specified section. The request will designate: (1) A statement of work with the tasks to be performed; (2) Type of order; (3) Period of Performance; (4) Reviews and approvals necessary and/or the place and manner of inspection and acceptance; (5) Any other requirements specific or unique to the project, or a schedule of deliverables. (6) Quote due date; and (7) E-mail address or address where responses must be submitted The Contractor(s) shall electronically submit a technical and/or price quote using the latest version of Microsoft Word/Excel by the deadline provided by the Contracting Officer. The quote shall include the following as appropriate to the task: (1) Start date and contract schedule; (2) Summary of the technical/management approach to meeting the requirements of the call order performance work statement (PWS); (3) Key personnel resumes, if requested; (4) A detailed price estimate including a breakdown of labor in person-hours by applicable labor category; (5) Costs for equipment, materials, postage, and shipping, etc.; (6) Travel; (7) Subcontracts and/or consultants, reflecting the person-hours of effort; (8) Other pertinent information as requested, such as a more detailed technical/management approach, Rights in Data provisions, security requirements, etc. (9) Total firm-fixed-price or Not-to-Exceed (NTE) price for fixed rate labor hour orders. If specific evaluation criteria are not provided in the request for call order technical and/or pricequotes, the order will be placed with the Contractor providing the "best value", as defined in FAR section 2.101, for the work which meets the requirements of the PWS. However, a price and technical relationship may be specified in the request, which would then take precedence. Quotes and/or cost estimates prepared and submitted in response to any request under this award shall be at no cost to the Government. Following clauses will be added to the resulting Call Orders for services. Listing Contract Clauses Incorporated by Reference: A-2 Clause List EPAAR 1552.237-72 KEY PERSONNEL. (APR 1984) Program Manager, Project Manager (a) The Contractor shall assign to this contract the following key personnel: Program Manager, Project Manager (b) During the first ninety (90) days of performance, the Contractor shall make no substitutions of key personnel unless the substitution is necessitated by illness, death, or termination of employment. The Contractor shall notify the Contracting Officer within 15 calendar days after the occurrence of any of these events and provide the information required by paragraph (c) of this clause. After the initial 90-day period, the Contractor shall submit the information required by paragraph (c) to the Contracting Officer at least 15 days prior to making any permanent substitutions. (c) The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications to those of the persons being replaced. The Contracting Officer will notify the Contractor within 15 calendar days after receipt of all required information of the decision on substitutions. This clause will be modified to reflect any approved changes of key personnel. EPAAR 1552.211-70 REPORTS OF WORK. (OCT 2000) EPAAR 1552.211-79 Compliance with EPA policies for information resources management (JAN 2012) EPAAR 1552.216-72 ORDERING-BY DESIGNATED ORDERING OFFICERS. (JUL 2014) EPAAR 1552.216-77 AWARD TERM INCENTIVE. (FEB 2008) EPAAR 1552.216-78 AWARD TERM INCENTIVE PLAN. (FEB 2008) EPAAR 1552.216-79 AWARD TERM AVAILABILITY OF FUNDS. (FEB 2008) EPAAR 1552.227-76 PROJECT EMPLOYEE CONFIDENTIALITY AGREEMENT. (MAY 1994) EPAAR 1552.228-70 INSURANCE LIABILITY TO THIRD PERSONS. (OCT 2000) EPAAR 1552.232-70 SUBMISSION OF INVOICES. (MAY 2019) EPAAR 1552.233-70 NOTICE OF FILING REQUIREMENTS FOR AGENCY PROTESTS (JUL 1999) EPAAR 1552.235-70 SCREENING BUSINESS INFORMATION FOR CLAIMS OF CONFIDENTIALITY. (APR 1984) EPAAR 1552.235-71 TREATMENT OF CONFIDENTIAL BUSINESS INFORMATION. (APR 1984) EPAAR 1552.235-73 ACCESS TO FEDERAL INSECTICIDE, FUNGICIDE, AND RODENTICIDE ACT CONFIDENTIAL BUSINESS INFORMATION. (APR 1996) EPAAR 1552.235-75 ACCESS TO TOXIC SUBSTANCES CONTROL ACT CONFIDENTIAL BUSINESS INFORMATION (APR 1996) EPAAR 1552.235-76 TREATMENT OF CONFIDENTIAL BUSINESS INFORMATION. (APR 1996) EPAAR 1552.235-77 DATA SECURITY FOR FEDERAL INSECTICIDE, FUNGICIDE AND RODENTICIDE ACT CONFIDENTIAL BUSINESS INFORMATION. (DEC 1997) EPAAR 1552.245-70 Government property (SEP 2009) EPAAR 1552.203-71 Display of EPA Office of Inspector General Hotline poster (AUG 2000) EPAAR 1552.235-78 DATA SECURITY FOR TOXIC SUBSTANCES CONTROL AC
Show All
Overview
Response Deadline
Sept. 8, 2021
Past Due
Posted
June 11, 2021
Set Aside
None
Place of Performance
U.S. Region 9
Source
Current SBA Size Standard
$19 Million
Pricing
Time And Materials; Fixed Price;
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Blanket Purchase Agreement
Vehicle
On 6/10/21 Environmental Protection Agency issued Solicitation RFQ1484862 for EPA Region 9 - Water Programs Environmental Consulting Services due 9/8/21.
The opportunity was issued full & open with NAICS 541620 and PSC F999.