Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2006 FBO #1599
SOURCES SOUGHT

M -- Operations and Maintenance of OHMSETT facility

Notice Date
4/11/2006
 
Notice Type
Sources Sought
 
Contracting Office
MMS Procurement Operations Branch 381 Elden Street, MS 2100 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
0106RFI39679
 
Response Due
5/2/2006
 
Archive Date
4/11/2007
 
Small Business Set-Aside
N/A
 
Description
The Government's intent, based on information received from this RFI, is to make an award as a 100% small business set-aside. Please note this requirement is subject to the availability of funds. The purpose of this Request for Information (RFI) is to identify potential small business sources that are interested in and capable of performing the work described herein. All interested parties must be able to qualify under the North American Industry Classification System Code (NAICS) 561210, "Facilities Support Services". The Small Business Association's size standard for this NAICS Code is $20 million for Base Maintenance. MMS will not accept unsolicited proposals related to the subject of this RFI. MMS does not intend to pay for the preparation of any information submitted in response to this RFI. In order to compete under this acquisition, interested parties must demonstrate they are capable of performing the work by providing a capabilities statement. Instructions regarding submission of capabilities statements are contained herein. The capabilities statement must certify qualification under the NAICS code specified herein. Following review and evaluation of all capabilities statements received from this announcement and in accordance with FAR 19.502-2(b), a list of those deemed qualified to perform the work and which qualify under the NAICS code specified will be established and will be notified regarding release of information on submission of a proposal and any other logistical considerations. Based on the review of the capability statements received in response to this RFI, the MMS reserves the right to issue a Request for Proposal (RFP). However, please be advised that this announcement may constitute the only notice for this acquisition, based on the review of the responses to this RFI and in accordance with FAR 15.202. The Government anticipates an award of a hybrid type contract. The operations and maintenance portion of the contract will be on a firm-fixed-priced basis with task orders issued for all other potential support as specified herein. The period of performance for this contract shall be for a period of one base year and four one (1) year option periods beginning with the date of award. BACKGROUND: Ohmsett, is the National Oil Spill Response Test Facility located in Leonardo, New Jersey, on the grounds of Naval Weapons Station Earle (NWSE). Ohmsett is the only facility in the world where clients can conduct full-scale oil-spill response equipment tests with a variety of crude oils and refined petroleum products. The tests are conducted under controlled, reproducible conditions using standard test protocols that are, or will soon be, accepted and published by the American Society for Testing and Materials. Ohmsett provides a unique facility to conduct tests and develop new devices and techniques that detect, map, contain, and clean up oil spills. Ohmsett also is a training facility. Ohmsett offers "hand on" training classes up to six times a year in oil spill response, confined space entry and viscous oil pumping techniques. Ohmsett also has specialized testing equipment/systems. More information on the facility can be found at www.ohmsett.com. PURPOSE: The Government has a requirement for operation and facility maintenance in order to keep the Ohmsett facility fully operational and capable of performing routine testing and training on a year round basis. Specific objectives are to: (1) operate and maintain Ohmsett as an environmentally and physically safe and secure facility; (2) conduct detailed research and development tests and evaluations of oil-spill response equipment and technology as required by MMS or outside clients; (3) conduct oil spill response, confined space entry, lightering and viscous oil pumping system training at least six times a year; (4) give presentations and prepare technical papers on the results of testing and training activities in a variety of forums; (5) recommend engineering design changes to improve the performance of oil spill response equipment and make necessary changes as required by MMS or outside clients; (6) maintain and repair oil spill response equipment stored at the Ohmsett facility as required by MMS or the U.S. Coast Guard, or outside clients; (7) produce high quality technical reports on the results of tests and evaluation electronically for a variety of clients in a timely fashion; and, (8) actively participate in marketing efforts to attract and retain clients who make regular use of Ohmsett. This includes: preparing a newsletter twice a year, operating and maintaining a web site similar to the one at www.ohmsett.com, preparing marketing letters and following up on marketing leads from various sources with brochures and videos, attending up to three professional conferences a year and operating the Ohmsett display booth in the exhibitor area, including reserving space, maintaining the display booth and acquiring marketing supplies and promotional items. You must also provide marketing support in order to develop an annual marketing plan and provide technical copy and other support for marketing brochures, flyers, and updating mailing lists. In addition, specific testing and training projects, facility upgrades and major unbudgeted repairs may be performed under separate task orders or change orders as appropriate. SOURCES SOUGHT: Interested organizations must submit a capability statement to the Contracting Officer specified for receipt. The capability statement shall not exceed 25 pages (on 8.5 X 11 size paper, single sided print in MS Word, with a font of 10 points or higher), any pages in excess of 25 will not be evaluated. The capability statement must detail the ability to perform and verification that the organization qualifies under NAICS code specified herein. The capability statement should provide: A) description of the experience and capability for each of the key personnel on your proposed project team. Descriptions shall address such items as the individual's background, education, work experience, and accomplishments. Show the knowledge that key personnel have gained through completed and ongoing efforts that are similar in nature to this effort; B) Describe the organization's familiarity and experience with operating and maintaining research facilities and performing oil spill testing, and marketing, include the organization's experience in the type of work proposed, demonstrated ability to do the work, publication record in peer reviewed scientific journals, and an understanding of the directed missions of the MMS, as well as the company's prior experience in work of similar scope to this project and complexity; and C) Provide three references of similar contracts performed by either your proposed Key Personnel or your organization for the last two years. Include a description of the project, project title, contract number, period of performance, contract amount, client identification including agency or company name, contracting and technical reviewing official, address, and telephone number. EVALUATION OF CAPABILITIY STATEMENT: Your Capabilities Statement must demonstrate that both your organization and proposed key personnel can successfully meet our requirements when Factor A (Key Personnel) is of equal importance to Factor B (Organizational Experience and Facilities) and Factor C (References) is less important than Factors A and B. We will evaluate the size, and complexity of similar projects completed by the proposed project team and your organization including past performance to determine your potential for contract award and project success. Past performance consists of adherence to schedules and budgets, effectiveness of cost control, the acceptability of services delivered, the Offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties, and the Offeror's business integrity. If you believe the Government may find derogatory information as a result of checking your past performance record, please provide an explanation and any remedial action taken by your organization to address the problem. Questions regarding this RFI shall be submitted via email to terrie.callahan@mms.gov no later than 12:00 p.m. Eastern Time on April 18, 2006. Please include with your questions your full name, the RFI No. 1435-01-06-PR-39679 and title "Ohmsett," your organization's name, complete address, phone number and email address. Questions will not be accepted after submission of capability statements. RESPONSES DUE DATE: Capability statements are due no later than 4:00 p.m. Eastern Time, on May 2, 2006. Please submit one (1) electronic copy via email to Terrie.Callahan@mms.gov. The email submission MUST be followed up with one (1) original signed copy, within 5 business days from the due specified herein, to the attention of Terrie Callahan, Contracting Officer, Department of the Interior, Minerals Management Service, Procurement Operations Branch, MS 2101, 381 Elden Street, Herndon, VA 20170 date. However, please be advised that it is the offeror's responsibility to assure the Government receives your submission on or before the specified due date and time.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MM143501&objId=314078)
 
Place of Performance
Address: Leonardo, New Jersey, Naval Weapons Station, Earle
Zip Code: 07737
Country: USA
 
Record
SN01025803-W 20060413/060411221037 (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.