Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2002 FBO #0199
SOURCES SOUGHT

L -- Escort, Drivers, Transportation and Housing Support for Chemical Weapons Convention Treaty Inspection

Notice Date
6/17/2002
 
Notice Type
Sources Sought
 
Contracting Office
Defense Threat Reduction Agency , DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, VA 22060-6201
 
ZIP Code
22060-6201
 
Solicitation Number
CWC TREATY SS L
 
Response Due
6/28/2002
 
Archive Date
7/28/2002
 
Point of Contact
Edward Hale, 703-767-7943
 
E-Mail Address
Email your questions to Defense Threat Reduction Agency
(edward.hale@dtra.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a SOURCES SOUGHT SYNOPSIS; there is no solicitation at this time. No response will be provided for request for a solicitation. This SOURCES SOUGHT SYNOPSIS is NOT a Request for Proposal (RFP). This is a market research tool being utilized to det ermine the availability of sources prior to issuing an RFP. Information any respondent submits as a result of this synopsis is strictly voluntary. This synopsis is for information planning purposes and the Government will not pay or otherwise reimburse r espondents for information submitted. THIS SOURCES SOUGHT SYNOPSIS IS PUBLISHED FOR MARKET RESEARCH ONLY. Defense Threat Reduction Agency (DTRA) seeks potential sources capable of providing treaty escort/ transportation services and housing support for the Chemical Weapons Convention (CWC) international inspectors and their U.S. Government escorts during their extended stays for treaty inspections at eight chemical agent disposal facility (CDF) locations within the continental U.S. The treaty escort/ transportation services primarily include the furnishing of full-time qualified arms control treaty escorts, drivers and vehicle(s). To be qualified escorts and drivers, contractor personnel must possess a SECRET security clearance, pass an occupational health exam, submit to blood and urine tests, and complete US Government chemical weapons demilitarization, treaty orientation and safety courses, in addition to possessing valid state licenses. Vehicles consist of a van and possibly up t o 5 additional vehicles at each of the eight CDF locations. The housing support primarily includes providing approximately 8 to 19 hotel-like lodging rooms in a low crime area that is within commuting distance of each of the eight CDF locations and near appropriate amenities and conveniences (restaurants, laundry & dry cleaning services, etc.). It also includes office space near the rooms for the lodging driver. The rooms are for lodging a continual succession of treaty inspectors and escorts, each staying approximately 3-6 weeks. Inherent in performing these services, the contractor would conduct program management consisting of planning, establishing, managing and monitoring the transportation services and the housing support at eight CDF locations throughout the performance perio ds, to ensure quality support. The CDF Locations, Projected Start Dates; Projected End Dates are as follows: Tooele, UT: Ongoing -- Mar 2008; Anniston, AL: Sep 2002 -- Sep 2011; Umatilla, OR: Feb 2003 -- Apr 2011; Pine Bluff, AR: Apr 2004 -- Apr 2011; New port, IN: Jul 2003 -- Dec 2004; Aberdeen, MD: Mar 2003 -- Sep 2004; Pueblo, CO: Oct 2008 -- NLT Apr 2012; and Blue Grass, KY: Oct 2009 -- NLT Apr 2012. Prior to initiation, the start dates are subject to frequent and often substantial changes. Likewise, the end dates are subject to change based on the progress made in destroying chemical weapons at each location. Normally, these changes have been slippa ge into the future. Currently, the services described in this notice are being provided under two separate contracts (one for treaty escort/ transportation services, and one for housing support at one location). However, DTRA is considering an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with one contractor. The single IDIQ contractor would either have the ability to perform all of the services at all locations, or would be the prime contractor that can lead a team of subcontractors with the collective ability to perform all of the services at all locations. The type of contract contemplated is either cost reimbursable with incentives or a combination of fixed price and cost reimbursable with incentives. Subsequent, task orders would be issued identifying the spe cific efforts, CDF locations, and periods of performance. The total contract cost for the estimated ten-year period is estimated to be $55 million. The estimated total cost for the escort services is $24 million and for the housing is $ 27 million. Prospective suppliers are requested to provide a capability summary not to exceed five (5) pages in length describing their relevant corporate experience as it relates to this requirement. In addition, to aid in our acquisition planning for this effort, prospective offerors are asked to provide responses to the following questions, with no page limitation (Please identify service group and the question with appropriate response.): Service Group #1: Combination of Treaty Escort/ Transportation Services and Housing Support 1. Would you recommend that the Government award a single contract for both the treaty escort/ transportation services and the housing support requirements described? What is the basis of your recommendation? 2. Do you see any inherent problems with the concept of a single contract as set forth above? If so, what are they and provide your recommendations/suggestions. 3. Discuss how your organization would provide the required services/support for these CWC requirements? Discuss whether the technical expertise is organic to your organization (expertise within your organization) or would you establish teaming relations hips? Explain. a. If you would contemplate a teaming arrangement, do you visualize your organization serving as the prime contractor or a team partner subcontractor? Explain. b. Discuss your organization's experience with providing multiple contract services at various locations under a single contract. 4. Identify the size classification of your organization (i.e., large, small, 8a, women owned, etc.) 5. What type of contract (cost plus award fee, fixed price, etc.) would you recommend the Government utilize? Explain your recommendation. 6. What kind (ID/IQ, completion, term, etc.) of contract would you recommend? 7. Has the Defense Contract Audit Agency approved your organization's accounting system? If so, has your current system been approved and give date of approval? 8. Do you know of any existing Government contract vehicles (i.e., GWACS) that could support this effort? Identify and provide agency name, name of contract vehicle, and point of contact. 9. Would you recommend that the housing support, treaty escorts, drivers and transportation services be acquired under one contract, the services continue to be acquired under the current contract arrangement, or the services be broken out in a different fashion? Explain your recommendation(s). 10. If you would contemplate a teaming arrangement, what problems would you anticipate in integrating a group of subcontractors either by function (escort, transportation, housing, and project management) at an individual location or by the locations thems elves that might make a single contract unfeasible? Explain. 11. What technical and/or mission capability/support evaluation criteria would you recommend the Government utilize as the basis for selection of a contractor? Identify and explain your recommendations. 12. This procurement would require contractor personnel with DoD Secret Clearances. How would you provide this? Explain. Service Group #2: Treaty Escort/ Transportation Services 1. Would you recommend that the Government award a separate contract for treaty escort/ transportation services? 2. How would you locate experienced personnel needed to support treaty escort or other related purposes at remote sites? Do you have access to personnel with Security clearances? Explain. 3. How would you oversee a fleet of vehicles at various sites given the likelihood of frequent and often substantial changes? 4. What type of contract (cost plus award fee, fixed price, etc.) would you recommend the Government utilize? Explain your recommendation. 5. What kind (ID/IQ, completion, term, etc.) of contract would you recommend? 6. What technical and/or mission capability/support evaluation criteria would you recommend the Government utilize as the basis for selecti on of a contractor? Identify and explain recommendations. Service Group #3: Housing Support Services 1. Would you recommend that the Government award a separate contract for housing support services? 2. How would you locate hotel-like accommodations at the remote sites listed above? Discuss how recommendation(s) to the Government should be formulated and presented. 3. How would you arrange hotel-like accommodations for groups on a long- term basis given the likelihood of frequent and often substantial changes? Discuss how you should monitor the service at the various sites simultaneously. 4. How would you periodically inform the Government of the activities/issues at the sites? 3. What type of contract (cost plus award fee, fixed price, etc.) would you recommend the Government utilize? Explain your recommendation. 4. What kind of contract (ID/IQ, completion, term, etc.) would you recommend? 5. What technical and/or mission capability/support evaluation criteria would you recommend the Government utilize as the basis for selection of a contractor? Identify and explain your recommendations. DTRA encourages teaming arrangements and participation of small businesses, small disadvantaged businesses, and 8(a) sources for this requirement. Please include a point of contact. All information submitted in response to this source sought synopsis sha ll be received no later than June 28, 2002. Submit information to: Defense Threat Reduction Agency (ALO), ATTN: Edward B. Hale, Jr., 8725 John J. Kingman Rd., MSC 6201, Fort Belvoir, VA 22060-6201. All documentation shall become the property of the Gov ernment. EMAILADD: edward.hale@dtra.mil EMAILDESC: Click here to contact the contract specialist via e-mail
 
Place of Performance
Address: Defense Threat Reduction Agency DTRA Annex, 8725 John J. Kingman Road, MSC 6201 Fort Belvoir VA
Zip Code: 22060-6201
Country: US
 
Record
SN00094824-W 20020619/020617213502 (fbodaily.com)
 
Source
FedBizOpps.gov 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.