Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2011 FBO #3483
SOLICITATION NOTICE

10 -- General Environmental Compliance Support for Project Manager Non-Stockpile Chemical Materiel (PM NSCM) Projects

Notice Date
6/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J11T0014
 
Response Due
6/20/2011
 
Archive Date
8/19/2011
 
Point of Contact
Lisa Digney, (309) 782-4946
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(lisa.m.digney@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. It is anticipated that a firm-fixed priced, sole-source purchase order will be issued for the General Environmental Compliance Support for Project Manager Non-Stockpile Chemical Materiel (PM NSCM) Projects. The Government intends to solicit and negotiate with only one source (Hendrix Enterprises, Madison, AL) under the authority of FAR 13.106 under FAR 13 Simplified Acquisition Procedures. The Government has determined that competition of these highly specialized services would result in substantial duplication of cost to the Government and/or unacceptable delays in fulfilling the agency's requirements. The Contractor shall provide the services in accordance with (IAW) the terms and conditions contained herein: Statement of Work (SOW) Purchase Order Title: General Environmental Compliance Support for Project Manager Non-Stockpile Chemical Materiel (PM NSCM) Projects. 1.0 Scope: The contractor shall provide support of environmental compliance for PM NSCM-led operations team pre-operational surveys and shall perform (as directed by the Government's authorized representative) environmental audits of PM NSCM operations. The contractor shall provide this environmental compliance support, on a level of effort basis, for the duration of any PM NSCM operations. The contractor shall provide a letter report of any environmental compliance issues found during audits or surveys to the project manager. 1.1 Background. During PM NSCM operations, the projects will require safe and effective treatment technology for the destruction of Recovered Chemical Warfare Material (RCWM). The PM NSCM may require environmental support for pre-operational survey teams or to perform environmental compliance audits of operations. 1.2 Objective. The objective of this task is to obtain contractor-provided support for specific environmental activities, as defined in section 3.0 below, documentation, and environmental compliance support to facilitate completing the PM NSCM chemical warfare materiel missions, projects and systems. 2.0 Applicable Documents: (most recent versions) 2.1 AR 200-1, Environmental Protection and Enhancement 2.2 32 CFR 651, Environmental Analysis of Army Actions (AR 200-2) 2.3 AR 385-10, Army Safety Program 2.4 AR 190-11, Physical Security of Arms, Ammunition and Explosives 2.5 AR 190-59, Chemical Agent Security Program 2.6 DA PAM 385-61, Toxic Chemical Agent Safety Standards 2.7 DA PAM 40-8, Occupational Health Guidelines for the Evaluation and Control of Occupational Exposure to Nerve Agents GA, GB, GD, and VX 2.8 DA PAM 40-173, Occupational Health Guidelines for the Evaluation and Control of Occupational Exposure to Mustard Agents, H, HD, and HT 2.9 Code of Federal Regulations, Title 40, subpart 50-99 2.10 Code of Federal Regulations, Title 40, subpart 260-281 2.11 Code of Federal Regulations, Title 40, subpart 300-399 2.12 Applicable States' Environmental Regulations 3.0 Requirements: The contractor shall, as an independent contractor and not as an agent of the Government, supply the necessary personnel, facilities, equipment, expertise and materials (except as furnished by the Government) to accomplish the work described below IAW all applicable general requirements and technical specifications identified in this statement of work. 3.1 Environmental Compliance Support. As notified by the Government's authorized representative, the contractor shall provide environmental compliance support during pre-operational safety surveys and environmental compliance audits for PM NSCM. The contractor shall coordinate with the Government's authorized representative during PM NSCM operations to provide environmental compliance support. 3.2 The contractor shall assume a level of effort of no more than 285 hours over the period of performance specified in below paragraph 11.0 and shall assign the appropriate labor categories to accomplish the requirements under this statement work. However, the level of effort of 285 hours shall include the necessary contractor's efforts for the above support and travel as well as for reporting and managing this purchase order. 4.0 Testing Requirements: None 5.0 Deliverables: The contractor shall provide monthly status reports via electronic mail to the point of contact listed in paragraph 8.0 of this statement of work. The status reports shall include, as a minimum, a synopsis of key discussions with site or project personnel, site visits, and recommendations for future actions to ensure the timely completion of the work described herein. The contractor shall provide a monthly progress summary report to the Contracting Officer's Representative (COR). These reports shall be submitted electronically; no hardcopy reports are required. The first monthly report shall be submitted to the Government's authorized representative 35 days after purchase order award. The subsequent monthly reports shall be submitted every 30 days thereafter until task completion. The contractor shall provide the above environmental compliance support, on a level of effort basis, for the duration of any PM NSCM operations. As necessary, the contractor shall electronically provide a letter report, within five working days, to the Government's authorized representative, of any environmental compliance issues found during environmental audits or surveys of PM NSCM missions, projects, and systems. 6.0 Hazards Information: This task requires the contractor to travel to hazardous waste sites and former chemical agent production facilities; therefore, a current 24-hour HAZWOPER training and participation in a medical surveillance program will be required for contractor-provided personnel. The following Army regulations shall be followed with respect to safety and security: AR 385-10, DA PAM 385-61, DA PAM 40-8, DA PAM 40-173, and AR 190-11. 7.0 Travel Requirements: The contractor shall travel to a PM NSCM operations site and Aberdeen Proving Ground (APG), MD, as required to accomplish the work described in this task. For cost purposes, the contractor shall assume five (5) 3-day trips to the PM NSCM operations site. The contractor shall also meet with Government personnel at PM NSCM, Building E4405, Edgewood Area, APG for a 2-hour meeting to discuss the initiation of this task within 30 days after task award. For cost purposes, the contractor shall assume a travel ceiling of $15,000 in support of these trips. The contractor shall notify the Government's authorized representative, via e-mail, when 75% of the costs have been accrued. 8.0 Point of Contact Information: The Government point of contact for this purchase order is as follows: U.S. Army Chemical Materials Agency ATTN: AMSCM-NSO (XXXX) 5183 Blackhawk Road, Building E4405 Aberdeen Proving Ground, MD 21010 Email: XXXX 9.0Cost Reporting Requirements: The contractor shall report costs in the CMA IPMS system. The contractor shall propose and report costs against the following Programmatic WBS element(s), as follows: 00.02.02.03.94 Regulatory Requirements 10.0 Inspection and Acceptance: Inspection shall be in accordance with the applicable provisions of the subject purchase order. Acceptance of the services and reports shall be determined in accordance with the requirements of this SOW. Acceptance shall be obtained from the contracting officer and/or his authorized representative. 11.0 Period of Performance: The period of performance shall be 12 months from the day of award. All activities/efforts, delineated by this statement of work, shall be completed by the contractor within 12 months. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation is issued as a Request for Quotation (RFQ), number W52P1J11T0014. This announcement constitutes the only solicitation; a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-52, Effective 31 May 2011. NAICS code for this solicitation is 541620 and the small business size standard is $7 million. The following FAR clauses apply to this solicitation. Suppliers may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/VFFARA.HTM: 52.212-3, Offeror Representations and Certifications -- Commercial Items, with Alternate I; 52.212-4, Contract Terms & Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items; The following clauses listed in 52.212-5(b) and (c) are incorporated along with the required clauses listed in 52.212-5(a): 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; (Title - Environmental Technician; GS-07; $20.22/hr. and Title - Administrative Assistant; GS-07; $20.22/hr.); 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration; The following DFARS clauses apply to this solicitation. Suppliers may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/VFDFARA.HTM: 252.232-7010, Levies on Contract Payments 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; The following clauses listed in 252.212-7001 are incorporated: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea, Alternate III. Contractors may identify their interest and capability to respond to the requirement or submit quotes. This notice of intent is not a request for quote; however, all quotes received within ten (10) working days after date of publication of this combined synopsis/solicitation will be considered by the Government. Responses or quotes must be received by the Contract Specialist, Lisa Digney at lisa.m.digney.civ@mail.mil, fax (309) 782-3695, or Army Contracting Command - Rock Island (ACC-RI), CCRC-DB, 1 Rock Island Arsenal, Bldg. 60/3/NE, Rock Island, IL 61299-8000. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4599baeaaef1a48a7a2677830a8bfc3f)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02465437-W 20110608/110606235102-4599baeaaef1a48a7a2677830a8bfc3f (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.