Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
MODIFICATION

R -- Sources Sought Closing Date Extension: Technical Support of Chemical Weapons Destruction Facility in Russia

Notice Date
1/21/2010
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-10-R-0012
 
Response Due
1/25/2010
 
Archive Date
3/26/2010
 
Point of Contact
Sarah M. Tierney, 256-895-1219
 
E-Mail Address
US Army Corps of Engineers, Huntsville
(sarah.m.tierney@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Closing Date for Sources Sought is extended through 25 January 2010 at 4:00 pm CST Sources Sought Technical Support of Chemical Weapons Destruction Facility in Russia Posting Date: 7 January 2010 Closing Date: 25 January 2010, 4:00 pm CST 1. CONTRACT INFORMATION: The Huntsville Center, U.S. Army Corps of Engineers (USACE) will select firms for establishment of a core team of technical experts to provide technical support and oversight and verification of completed work under Russian awarded trilateral government contracts. The Technical Support core team will be able to both react to equipment failures and also anticipate potential repair requirements during operations of a Chemical Weapons Destruction Facility (CWDF) located in Shchuchye Russia. Core team competencies must include but are not limited to: a. The analysis and identification of actual equipment failures. b. Recommendations for timely equipment repair. c. Root cause analysis to identify actual cause in order to avoid future failures. d. Identification of processes and procedures that may eliminate or mitigate equipment failure. e. Identification of areas of risk within operations. f. Procurement expertise and the ability to identify vendors, both foreign and domestic who can supply required spare parts. g. Procurement support. h. Training of Russian personnel. i. Identification of maintenance requirements or enhancements to increase the useful life of equipment. The Technical Support core team will also be able to: a. Establish and maintain business relationships with Russian subcontractors to act as pay agents under the provisions of the Joint Arrangement for the Completion of the Chemical Weapons Destruction Facility near Shchuchye Russia ( JACC) b. Provide verification of completed work under Russian awarded trilateral government contracts in accordance with the JACC. c. Provide the necessary financial arrangements, tracking, and reporting to provide timely payment for invoices received from the Russian government to the Russian trilateral contractors..For the purposes of this notice, both small and large businesses should provide responses. The contract addressed by this notice will provide service in the Russian Federation. Firms will be selected for negotiations based on demonstrated competence and professional qualifications for the required work. The contract will consist of five ordering periods, one base year plus four 1-year options, for a total of five years maximum. The Government anticipates the award of one contract for this requirement. The Government further anticipates a contract capacity of approximately $1M to $50M. The selected firms must be able to execute two or more simultaneous task orders ranging in value from $10 Thousand to $1 Million. Work will be issued by negotiated firm-fixed-price task orders. The initial contract is anticipated to be awarded in Fiscal Year 2010. The Huntsville Center, USACE, intends to solicit and award one ID/IQ contract for establishment of a core team of technical experts in Russia to provide technical support and oversight verification and payment of Russian trilateral contracts. It is the Governments intent to consider awarding a portion of this acquisition to small businesses. As a result, the Government is performing market research in order to determine if small businesses possess the capability to execute some or all of the requirements within this acquisition. Respondents need to indicate all small business set-aside designations (small business, 8(a), certified HUBZone and/or Service Disabled Veteran Owned). All interested firms who meet the capability requirements identified in this notice are requested to reply to this e-mail with a response to the questions presented below. If no experience or capabilities are associated with a particular question, so indicate. Based upon small business responses received, consideration will be given to defining what part of the acquisition, if any, will be set-aside for small business competition. 2. PROJECT INFORMATION The Russian Federation (RF) began CWDF chemical agent destruction operations at the Shchuchye CWDF in March 2009. The U.S. Government (USG) is presently performing trilateral contract verification and payment for completed work and technical support with the authorization of the RF to assure continued operations as the RF systemizes the facility during hot operations. During facility systemization and subsequent initial start up, technical issues may arise that will require resolution in a prompt and timely manner. The issues may relate to equipment malfunctions, failures, request for additional spare parts, or other technical issues relating to bringing the facility to full operations. This technical support is also expected to productively address potential problems and reduce operational risk. Anyone may identify an issue, but the RF must request support for the item to be managed as follows: a. Identification of Issue: The RF identifies a technical issue and conveys it the contractor. The issue may initially be conveyed verbally, telephonically, by email, or by a formal letter requesting assistance in resolving a technical issue. b. Tracking: Create a tracking item for the newly identified technical issue immediately after a preliminary verification and assessment of the technical request. c. Inspection: The contractor shall review the technical issue, obtain additional information from the site, if necessary prepare a report and convey to all the members of the team, detailed information regarding the technical issue. d. US Government Notification: The contractor and USG will meet to assess the available information and reach agreement on the path forward. Based on the urgency of the need and the number of ongoing issues, this meeting may be held daily or on an as needed basis. The latest update on each issue will be provided during the meeting and any change in the current path forward, if needed, will also be determined during these meetings. The USG shall provide concurrence for use of USG funds for the item created prior to proceeding with further action. e. Vendor Support: If it becomes evident that outside vendor support will be needed to resolve the technical issue, the contractor will initiate discussions with the vendor. These initial discussions will ensure that the vendor fully understands the issues needing resolution and, if needed, a suitable specialist comes to the site fully prepared to work on the issue. f. Procurement: Based on the recommendations of the team, should a procurement action result, the contractor will initiate the procurement and follow the procurement action through until the action is satisfactorily completed. Subject to funding constraints, the USG is continuing to provide verification and payment actions for RF awarded trilateral government contracts. This support involves establishing a subcontract relationship with a Russian contractor who will act as an agent and sign RF awarded trilateral government contracts as the Payer. This sub-contractor will receive invoices from the RF for completed work, verify their accuracy and pass them to the USG contractor for verification of work and payment. The USG contractor will physically verify the completed work and provide payment for the invoice through their subcontractor Russian agent. 3. SUBMISSION REQUIREMENTS The decision to reserve award(s) for qualified small business under a single award acquisition is being considered pending the evaluation of responses to this sources sought announcement. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 541330, Engineering Services either singly or as part of an assembled team. Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: Submission should be made electronically by 22 January 2010 and should not exceed 10 one-sided, 8 X 11 pages. The submissions should be Times New Roman, font size 12. The submission will address all questions in the Sources Sought Questionnaire and your ability to perform the services stated in the Project Information section of this sources sought. Computer files must be compatible with Microsoft Word 2003 or later. This synopsis is issued for information and planning purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does its issuance restrict the Government as to the ultimate acquisition approach. The Government will NOT reimburse the contractor for any cost associated with preparing or submitting a response to this notice. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Interested firms shall email their submissions to the Contract Specialist, Sarah M. Tierney, and the Contracting Officer, Tonju L. Butler at the following email addresses: d. Sarah.M.Tierney@usace.army.mil e. Tonju.L.Butler@usace.army.mil Questions concerning submissions should be directed in writing tothe Contract Specialist and the Contracting Officer utilizing the email addresses provided above. Personal visits for the purpose of discussing this announcement will not be scheduled. THIS is NOT a REQUEST for a PROPOSAL. SOURCES SOUGHT QUESTIONNAIRE 1. What is the name of your business? 2. What is your business address? 3. Identify a responsible point of contact who can be contacted regarding your response, their phone number, and e-mail address. 4. Is your firm a small business concern? If so, please specify whether or not your firm is a certified 8(a) small business, certified HUBZone business and/or Service Disabled veteran owned concern? (Specify all that apply.) If not, please indicate that you are a large business concern. 5. Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s) and/or a joint venture? 6. If you have proposed a joint venture that has not yet been established, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513.) 7. If you have proposed a joint venture that has already been established, provide details of the effort, the members specified, and a copy of the joint venture agreement, to include the incorporation date of the subject joint venture. In addition, identify the number of Government requirements for which your joint venture has submitted formal price proposals within the last two years. 8. Experience: Does your company have experience with design, construction, or operations of a CWDF? If so, provide customer references, locations, scope of effort, dollar value, and dates for efforts performed within the past five years. 9. Capabilities: Does your company have the qualified, experienced personnel to provide technical expertise relating to technical support of an operational CWDF. 10. Capacity: Provide specific details on your current and projected capacity to perform on task order ranging in value from $1 million to $50 million. 11. Management: Does your company have the capability to provide management of a technical team with expertise in technical support of a CWDF in a cost effective, timely, and contract conforming manner? Please provide specific examples based on previous projects. 12. Quality: Does your company have experience in providing and maintaining an effective quality control program? Provide examples. 13. Work location: Does your firm have the ability to work in Russia? Potential sites include Shchuchye and Kizner Russia.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-10-R-0012/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02046778-W 20100123/100121235233-e6fc3f820f6325f5c1096531d16ac3d3 (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.