Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2013 FBO #4227
MODIFICATION

99 -- ESG SCOTT AFB PBR - Package #1

Notice Date
6/19/2013
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESG - Enterprise Sourcing Group, Building 1, 1940 Allbrook Dr, Wright Patterson AFB, Ohio, 45433-5006, United States
 
ZIP Code
45433-5006
 
Solicitation Number
FA8903-13-R-0040
 
Point of Contact
Laura I. Stewart, Phone: 2103958755, Daniel Cevallos, Phone: 2103958753
 
E-Mail Address
laura.stewart.1@us.af.mil, daniel.cevallos@us.af.mil
(laura.stewart.1@us.af.mil, daniel.cevallos@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Slides - PBR SubCLIN Overview Slides - Site Briefing List of Attendees Slides - Contracting - Updated Slides - Contracting Agenda and Map __________________________________________________________________________ SCOTT AFB PBR SITE VISIT INFORMATION ***NOTICE*** THE CLOSING DATE FOR RECEIPT OF THE SITE VISIT QUESTIONS/COMMENTS IS 24 Jun 2013. (Reference Slides - Contracting - Updated which also reflect updated proposed milestone dates.) ******************************************************************************** For your information, the following documents have been uploaded to FedBizOpps and at: https://docs.google.com/folder/d/0B6RRVE2W7c46U1p0aEVPZEIyY2c/edit 1. Agenda and Map 2. Slides - Contracting 3. Slides - Contracting - Updated 4. List of Attendees 5. Slides - Site Briefing 6. Slides - PBR SubCLIN Overview CONTRACTORS ARE REMINDED THAT: Questions answered / comments addressed "orally" by anyone at the site visit should not be relied upon. Firms SHALL NOT contact any AFCEC or Base Personnel. Your sole points of contact are the Contracting Officer and Contract Specialist. _________________________________________________________________________ _________________________________________________________________________ THIS IS A PRE-SOLICITATION NOTICE FOR PLANNING PURPOSES ONLY AND INCLUDES SITE VISIT INFORMATION. SITE VISIT NOTICE: Information regarding scheduled site visit is included in this pre-solicitation notice. If your firm intends to participate in the site visit, a complete response is required as outlined within the "Site Visit Information" section of this notice. Other than site visit attendee information, no further information is requested at this time. PRE-SOLICITATION NOTICE: THIS IS NOT A FORMAL SOLICITATION [INVITATION FOR BID (IFB)] OR A REQUEST FOR PROPOSAL (RFP). PLEASE DO NOT SUBMIT A PROPOSAL. This Pre-Solicitation Notice is being issued for the purpose of advising potential offerors of the Government's requirement for a performance-based remediation (PBR) effort at Scott Air Force Base, Illinois. The subject pre-solicitation notice is to provide information for early planning and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. There is no entitlement to payment by the Government of direct or indirect costs or charges that arise as a result of the provision of this information. Note that official information concerning this pre-solicitation will be provided by the Contracting Officer only. GENERAL INFORMATION: The 772d Enterprise Sourcing Squadron/Environmental Contracting (772 ESS/PKB) in conjunction with the Air Force Civil Engineer Center (AFCEC), at Lackland AFB, TX, is contemplating a performance-based approach for Site Closeout (SC) involving remedial action efforts to include engineering, restoration, and construction services at thirty (30) Installation Restoration Program (IRP) sites at Scott AFB, IL. This effort is a validated FY2014 requirement; however, funds are not currently available. The Government reserves the right to cancel this requirement at any time. Should the Air Force determine to proceed with this requirement, it will be processed using FAR Part 15 procedures and will result in a Firm Fixed Price (FFP), "C" type contract. The requirement will be issued as a 100% Small Business Set-Aside. A formal solicitation will be finalized and posted to FedBizOpps at a later date. No formal Request for Proposal has been issued to-date. PROJECT NARRATIVE: The 772 ESS/PKB is considering a performance-based approach for SC involving remedial action efforts at Scott AFB, IL. Performance-Based Remediation (PBR) emphasizes results in terms of environmental clean-up for an entire installation (fence-to-fence), or group of installations, in lieu of a study-based approach. The PBR approach looks for technically and cost-effective methods for achieving this clean-up by focusing on achievement of desired objectives without specifying the processes or technologies for obtaining those objectives. The PBR initiative has an overarching goal to implement remedies as necessary to protect human health and the environment that maximizes the number of SCs or advance sites as close to SC as practicable during the Period of Performance (POP) in a cost effective manner. It is desirable to the Government that Life-Cycle Costs (LCC) be reduced. If SC with no new institutional controls is not obtainable within the POP of this effort, the Contractor shall outline the Optimization Exit Strategy (OES) that will be implemented to accomplish SC. The awarded contractor shall perform all necessary environmental construction and engineering activities as required to meet the performance objectives of the Draft /Final SOO. The period of performance (POP) - if all target options are executed - is estimated at 120 months from date of award. The estimated Rough Order of Magnitude (ROM) anticipated for any resultant contract is between $30 Million and $37 Million. This ROM is an estimate range only and is provided only for informational purposes. The following information is provided to assist potential offerors in planning for this requirement: DRAFT Statement of Objectives (SOO), dated 29 May 2013; DRAFT SOO Enclosure 1, Site List, dated 29 May 2013; DRAFT SOO Enclosure 2, Key Documents List, dated 29 May 2013; DRAFT SOO Enclosure 4, Acronyms and Definitions, dated 29 May 2013; DRAFT Bonding Stream, dated 29 May 2013 A single repository site is available to review the key, installation-specific environmental documents listed in DRAFT SOO, Enclosure 2, Key Documents List. The following site is established to review back-ground information for the included sites: https://docs.google.com/folder/d/0B6RRVE2W7c46U1p0aEVPZEIyY2c/edit ENVIRONMENTAL INSURANCE (EI): The Air Force is currently NOT proposing to require Cleanup Cost Cap (CCC) or any other type of Environmental Insurance (EI) for this PBR. BONDING CAPACITY: The Air Force is currently proposing to require performance and payment bonds for only the construction portion of this PBR. The bonding required for the construction portion of this effort is anticipated to be 52% of the total estimated contract amount if all options are exercised. An estimated bonding stream is provided to show estimated bonding amounts per year. Note: Bonding may differ from the estimated bonding stream provided based on the proposed technical approach. ORGANIZATIONAL CONFLICT OF INTEREST (OCI): An organizational conflict of interest may result when factors create an actual or potential conflict of interest on a contract, or where the nature of the work to be performed on the contract creates an actual or potential conflict of interest on a future acquisition. Some restrictions may apply to your firm under the proposed future action. In accordance with the parameters set forth in FAR Subpart 9.5 and 36.209, the Contracting Officer must ensure that there are no conflicting roles that might bias a contractor's judgment and must ensure that an OCI does not give rise to an unfair competitive advantage. Performance of past clean-up related work at Scott AFB may have created an OCI concerning this PBR effort. OCIs may exist in the following three ways. a. Unequal access to information - access to non-public information that gives a contractor an unfair competitive advantage. b. Biased ground rules - when a contractor has in some sense set the ground rules for another procurement action creating the potential that the contractor may have tilted the playing field in the new competition (usually toward its own strengths and away from its weaknesses). c. Impaired objectivity - when the contract requires exercise of judgment and the independence of its judgment may be affected (e.g., when the contractor may be required to evaluate its own work in a way that could be adverse to its economic interests). Please keep in mind OCI or potential OCI issues your firm (including all subsidiaries, legacy companies, teaming partners, and subcontractors) may have with respect to the scope of effort at these sites. SITE VISIT INFORMATION: A site visit has been scheduled for 13 June 2013 at Scott AFB, IL. It is the Air Force's intention to review general base information, site specific information, provide a walk-around of sites (all sites may not be viewed, but representative sites will be viewed). A schedule of events will be provided via email to firms that submit attendee information by the required time and date. Currently, in order to meet time schedules, the Air Force is requesting that companies planning to send representatives to the Site Visit submit the names of the individuals attending. We can only accommodate two individuals per firm (Prime) and a maximum of two of their subcontractors. The names of interested parties will be added to a list of attendees. Each person attending the site visit will need to submit the following information to Laura.Stewart.1@us.af.mil and Daniel.Cevallos@us.af.mil no later than 2:00 p.m. (CT) on 06 June 2013. If this information is not submitted by the required time and date indicated above, your company will not be able to attend the site visit due to security concerns. There will be NO EXCEPTIONS: 1) Name and title of individual(s), including First and Last name 2) Daytime Phone Number of personnel attending site visit 3) Date of Birth 4) Driver's License # 5) State of issue for Driver's License 6) Company Name ATTENDANCE AT THIS SITE VISIT IS NOT MANDATORY AND IS AT THE SOLE DISCRESTION OF EACH FIRM. THE GOVERNMENT WILL NOT REIMBURSE PARTICIPATING FIRMS FOR SITE VISIT COSTS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cb3f4743dc66ba2bc715a8153c638917)
 
Place of Performance
Address: Scott AFB, Ilinois, ScottAFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN03093980-W 20130621/130620000411-cb3f4743dc66ba2bc715a8153c638917 (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.