Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2006 FBO #1853
SOURCES SOUGHT

B -- Scenario Development for the Pesticide Root Zone Model (PRZM)

Notice Date
12/21/2006
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Bid and Proposal Room, Ariel Rios Building (3802R) 1200 Pennsylvania Avenue, N.W. Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
PR-HQ-07-10252
 
Response Due
1/5/2007
 
Archive Date
2/4/2007
 
Description
The U.S. Environmental Protection Agency (EPA), Office of Acquisition Management (OAM) is conducting market research, FOR INFORMATION PURPOSES ONLY, to identify any Small Businesses (SBs), Non 8(a) Small Disadvantaged Businesses (SDBs), SBA 8(a) Program Businesses, Hubzone Businesses, Service Disabled Veteran Owned Small Businesses (SDVOSBs) and/or Women Owned Small Businesses (WOSBs) that possess the necessary technical capabilities to provide technical support as described in the draft Statement of Work for the EPA's Office of Pesticide Programs/Environmental Fate and Effects Division. Detailed information on the requirement is provided via a draft copy of the Statement of Work (SOW) which is posted to the following web-page on: http://www.epa.gov/oamhpod1/oppts_grp/0710252/index.htm The Environmental Fate and Effects Division (EFED) of the Office of Pesticides Programs (OPP) is required under the Federal Insecticide, Fungicide, and Rodenticide Act (FIFRA) and the Food Quality Protection Act (FQPA), to perform risk assessments of pesticides for both ecological and human health. As such, OPP has established a risk assessment process which incorporate modeling as a means of estimating exposures in surface water and groundwater. Currently OPP relies on a number of models to generate estimated exposure concentrations (EECs) in both drinking and ambient surface water. EPA is using the paired Pesticide Root Zone Model (PRZM) and Exposure Analysis Modeling System (EXAMS) to estimate a distribution of daily surface water concentrations that could be used for multiple chemicals over several years of predictions across the country. PRZM-EXAMS has the capability of predicting water concentrations over a number of years based on collected historical weather data for the sites which are being modeled. EPA relies on this model to provide EECs for use in the ecological risk and drinking water assessment. Pesticides environmental fate properties used in the modeling come from registrant-submitted data used for pesticide registration or reregistration. The values used for spoil properties and site characteristics are chosen from databases appropriate for the sites of which the pesticide may be used. Finally, the weather inputs for the model are taken from regional specific weather data, based on the United States Department of Agriculture (USDA) Major Land Resource Areas. PRZM modeling is generally simulated for 30 years in order to calculate a return frequency of concentration in surface water body. The objectives of this potential contract are to: - Develop scenarios using the guidance provided including the PRZM Guidance for Selecting Field Crop and Orchard Scenario Development Input Parameters, the Input Parameter Guidance and the example input scenario file to develop a single scenario for each identified crop/geography combinations. - Develop additional scenarios as needed. - Prepare scenario documentation using PRZM Guidance for Selecting Field Crop and Orchard Scenario Development Input Parameters, the Input Parameter Guidance and the example Metadata file. The applicable North American Industry Classification System (NAICS) code is 541620 with a size standard of $6.0 million for potential socioeconomic program businesses. The current contractual vehicle for this requirement is a GSA Schedule Order number EP06H000149 under Syracuse Research Corporation?s GSA Schedule number GS-00F-0019L with a miximum value of $222,467.00. The potential contract will be a Fixed Rate Indefinite-Delivery-Indefinite-Quantity (IDIQ) type with a 12-month base period and four 12-month option periods with a maximum estimated cost of approximately $690,000.00. Any interested small business concerns are advised of the language in the Federal Acquisition Regulation (FAR) Section I Clause 52.219-14 "Limitations on Subcontracting" paragraph (b)(1) which states that under a small business set-aside contract for services "at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." *****Therefore, the Capabilities Statement should realistically demonstrate how the small business concern would be able to comply with this clause which would be included in any potential contract. Please also note that consultants are considered subcontractors and not employees of the prime contractor.***** Interested socioeconomic program concerns who believe they have the capability of providing services as defined in the draft SOW are invited to submit, in writing, a Capabilities Statement with sufficient information within the 10 page limitation. Responses shall demonstrate capabilities/expertise with consideration to the draft SOW requirements. Responses, including the vendor's business status (e.g.: small, small disadvantaged, minority-owned, 8(a), Hubzone, SDVOSB, WOSB etc) should be e-mailed to: scanio.alan@epa.gov and a hard copy mailed to the following: (1) U.S. POSTAL SERVICE ADDRESS: U.S. Environmental Protection Agency ATTN: Larry L. Brown (Mail Code 3803R) 1200 Pennsylvania Avenue, N.W. Washington, DC 20460; or (2) HAND CARRY/COURIER/OVERNIGHT CARRIER ADDRESS: U.S. EPA - Ronald Reagan Building ATTN: Larry L. Brown (Mail Code 3803R) 1300 Pennsylvania Avenue N.W., Washington, DC 20004. (Number provided for express mail services only: 202-564-0828) CAPABILITY STATEMENTS SHALL BE SUBMITTED NO LATER THAN 12:30 PM EST 5 January 2007. Information contained in the Capability Statements will be used to determine the qualifications of the small business community with respect to this requirement. IF A SUFFICIENT NUMBER OF THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH ARE RECEIVED, THIS REQUIREMENT COULD BE SET-ASIDE FOR SMALL BUSINESSES, OTHERWISE, IT COULD BE PROCURED THROUGH FULL AND OPEN COMPETITION. No feedback or evaluations will be provided to companies regarding their individual Capability Statement. NOTE: 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/OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELEPHONE CALLS AND/OR REQUESTS FOR A SOLICITATION WILL BE ACCEPTED OR ACKNOWLEDGED. RESPONSES SHALL NOT EXCEED 10 PAGES AND STANDARD COMPANY BROCHURES ARE NOT DESIRED. INFORMATION SHALL FOCUS ON THE CAPABILITY TO PROVIDE TECHNICAL SERVICES AS DEFINED IN THE SOW.
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN01201489-W 20061223/061221221139 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.