Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2004 FBO #0892
SOLICITATION NOTICE

R -- Weapon Removal and Abatement - Humanitarian Demining Assistance/Small Arms and Light Weapon Destruction

Notice Date
5/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
Reference-Number-7038756990
 
Archive Date
7/30/2004
 
Point of Contact
Yunkyong Frank, Contract Specialist, Phone 703-875-6990, - Colleen Kosar, Team Leader, Phone 7038756643, Fax 7038756085,
 
E-Mail Address
FrankYH@state.gov, kosarcm@state.gov
 
Description
This is a draft RFI being posted to alert industry to a solicitation that will be issued in the future and to obtain comment from industry on a draft of the performance work statement intended to be used for the procurement. THIS IS NOT A REQUEST FOR PROPOSALS. The U.S. Department of State intends to procure Humanitarian Mine Action and Small Arms/Light Weapons Removal or Destruction Services to plan, organize, train, deploy and operate contractor mine action or small arms/light weapons work parties to locate, destroy or remove mines, small arms and light weapons. All logistic support for the work parties may be required by the task order. In certain circumstances contractors may be required to recruit, evaluate, train and deploy local/third-country foreign nationals for mine action or small arms/light weapons destruction or removal operations overseas. A SECRET facility clearance will be required prior to award of a contract. A DRAFT copy of the performance based Statement of Work is attached to this synopsis. The Department anticipates tmultiple wo or three IDIQ awards with task orders competed between the awardees. It is anticipated that the task orders will be a combination of firm- fixed price and cost- reimbursement. It is anticipated that A at least one yet to be determined task order will be competed at time of contract award. Contract type is based on the belief that while the work being performed is risky, the business proposal is not. The RFP is not complete but a draft of the performance work statement (PWS) is enclosed for comment. A Quality Assurance Surveillance Plan (developed by and implemented by the Government) and incentive plan as appearing have not been written yet and we welcome comments from industry in these areas. ONCE AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. In accordance with FAR 15.201, this DRAFT RFI is an "exchange with industry before receipt of proposals". The purpose of exchanging information is to improve the understanding of Government requirements and industry capabilities, thereby allowing potential offerors to judge whether or how they can satisfy the Government's requirements, and enhancing the Government's ability to obtain quality services at reasonable prices, and increase efficiency in proposal preparation, proposal evaluation, negotiation, and contract award. There is no FAR requirement for a reply to the questions or comments received from posting a draft PWS. The Department may choose to answer the questions received but there is no duty to do so. The Draft PWS may be amended based on feedback provided by industry or further US Government internal review, if warranted. The final PWS will be incorporated into and issued as part of an RFP on or about June 11, 2004. If industry wants a copy of that solicitation, requests must be submitted in writing. This requirement will not be reannounced unless this requirement is substantially changed. It is anticipated that there will be a down-select based on technical experience on contracts of similar size with those most qualified providing full proposals, including oral proposals, with pricing on at least one task order that may be awarded without further discussions. The closing date for the receipt of offers will be 30 days after issuance of the RFP. Questions or comments on our anticipated methods and on the draft PWS should be submitted by email only to Yun Frank (FrankYH@state.gov), no later than May 24, 2004. NO PHONE CALLS WILL BE RETURNED.
 
Place of Performance
Address: Washington, D.C. and Worldwide
 
Record
SN00579479-W 20040506/040504211924 (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.