Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2013 FBO #4383
MODIFICATION

99 -- Scott AFB PBR - Amendment 4

Notice Date
11/22/2013
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Force Installation Contracting (AFICA), Air Force Installation Contracting (AFICA), 1940 Allbrook Dr, Bldg 1, Door 1, Room 300, Cubicle 481, Wright Patterson AFB, Ohio, 45433-5344, United States
 
ZIP Code
45433-5344
 
Solicitation Number
FA8903-14-R-0002
 
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
Amend 04 - Sec M dtd 18 Nov 2013 Amend 04-RFP w/Revised SOO dtd 18 Nov 2013 ________________________________________________________________ ________________________________________________________________ 22 Nov 2013 RE: RFP - FA8903-14-R-0002 - Amendment 04 Scott AFB PBR Amendment 04 to subject RFP will modify the SOO and Section M as follows: 1. SOO: • Header revised to reflect revised RFP # and date of SOO (18 November 2013). • Page 1, Solicitation Number and TBD contract number was revised. • Page 4, last paragraph was revised to add the following: "At award, SOO Table 1 will be updated to reflect the PROPOSED performance objectives and PROPOSED duration for all sites." • Page 7, Table 1: the Minimum Performance Objective (MPO) of Site SS015 Former Defense Reutilization and Marketing Office was revised: From: "Achieve Site Closeout (SC) within three (3) years from obligation date..." To: "Achieve Site Closeout (SC) within five (5) years from obligation date..." 2. Section M was revised as follows: • Header revised to reflect revised RFP # and date of Section M (18 November 2013). • Page 7, Subfactor 1.4: Corporate Experience (same projects as Past Performance), second bullet ("An initial period of performance equal to or less than five years") was deleted. • Page 8, Paragraph C, Past Performance Factor (FACTOR 2), paragraph (b) Relevancy Assessment, second bullet ("An initial period of performance equal to or less than five years") was deleted. No other revisions are made. ____________________________________________________________________________________________________________ _________________________________________________________________________________________________________________ 20 Nov 2013 RFP: FA8903-14-R-0002 - Scott AFB PBR 1. Pending Responses to Questions - dated 18 November 2013. Additional partial responses to the Scott AFB PBR RFP Questions/Comments (closing date of 28 Oct 2013) are now posted. Reference Scott AFB PBR RFP Questions/Comments dated 18 Nov 2013. Note: Responses to Questions/Comments are not part of Amendments. 2. Reminder: Ensure past performance questionnaires are sent as per Section L, Para 5.6. __________________________________________________________________________________________ ____________________________________________________________________________________________ 20 Nov 2013 RFP: FA8903-14-R-0002 - Amendment 03 Subject RFP is amended as follows: 1. The closing date for receipt of proposals is changed: From: 5 Dec 2013, 1:00 pm (Central Time) To: 6 Jan 2014, 12:00 pm-noon (Central Time) 2. SOO Section 8.1.2 Transition of Work, third row, column "Existing Task Order Final Deliverable Outcome", revised to clarify as follows: "FY08 PBC to complete RI through RIP for all sites with the exception of SS-25A as specified below: • Annual groundwater monitoring through March 2014. • For site SS-25A, RIP will not be achieved. The Final Comprehensive Site Investigation Report has been completed." 3. SOO, Attachment 1E2, SOO Enclosure 2, dated 12 November 2013 is replaced with SOO Attachment 1E2, SOO Enclosure 2, dated 18 November 2013. 4. Section L, dated 12 November 2013 is replaced with revised Section L dated 18 November 2013. (Reference revisions to pages 4, 15 and 19.) Page 4 and 15 clarifies that "No Submittal/Tab is required for Volume II - Factor I, Tabs 4.4 and 4.6. Page 19, Para 4.1 Corporate Experience (same projects as Past Performance) clarifies that the three of the five projects must be from the prime. 5. Section L, Attachment L-6 dated 12 November 2013 is replaced with revised Section L, Attachment L-6 dated 18 November 2013. (Reference revised pages 2 and 9.) Page two is revised as follows: • Page 2, "MILESTONE PAYMENT SCHEDULE, paragraph 3, third sentence is revised to read: "An approved draft final document suitable for payment approval is defined as that deliverable version for which the contractor has resolved AF comments sufficient to obtain AF or lead agency concurrence for submittal to the regulators." • Page 9, SubCLINs 0025 and 0027, Projected Date of Exercise was revised from: "Approx FY14" to "4th Quarter FY14". No other revisions are made. ____________________________________________________________________________________ _____________________________________________________________________________________ 12 Nov 2013 RFP FA8903-14-R-0002 - Scott AFB PBR Responses to Questions Partial responses to the Scott AFB PBR RFP Questions/Comments (closing date of 28 Oct 2013) are now posted. Reference Scott AFB PBR RFP Questions/Comments dated 12 Nov 2013. _____________________________________________________________________________________ _____________________________________________________________________________________ 12 Nov 2013 Amendment 02 Subject RFP is amended as follows: 1. Section L, dated 25 October 2013 is replaced with revised Section L dated 12 November 2013. All revisions to Section L are highlighted for quick reference. 2. Section L, Attachment L-6 dated 4 September 2013 is replaced with revised Section L, Attachment L-6 dated 12 November 2013. 3. SOO, Attachment 1E2, SOO Enclosure 2, dated 25 October 2013 is replaced with SOO Attachment 1E2, SOO Enclosure 2, dated 12 November 2013. All documents from Item 318 on are added as part of Amendment 02. 4. The SOO dated 4 September 2013 is revised. Para 8.1.2 Transition of Work, last row of the Table, Column Contract/Contractor (POP End) is revised to read as follows: From: TBD To: Anticipated POP End - 9/30/14 No other revisions are made. ___________________________________________________________ ___________________________________________________________ 6 November 2013 This is an advance notice of a forthcoming amendment which will include the Government's responses to the Questions/Comments received for subject RFP. In response to the questions regarding the number of pages for Volume II, Tabs 4.4 - 4.8 (Section L, Table 2.2), the number of pages is 42. Per Section L, Paragraph 2.3.11.3, each side of a page counts as one page. ____________________________________________________________ ____________________________________________________________ 25 October 2013 FA8903-14-R-0002 Amendment 01 Revised RFP document inadvertently not posted. This notice adds the revised RFP document for Amendment 01. ____________________________________________________________ ____________________________________________________________ 25 October 2013 RFP FA8903-14-R-0002 - Scott AFB PBR Amendment 01 Subject RFP is amended as follows: 1. Attachment 1E2, dated 04 Sept 2013 is replaced with Attachment 1E2, dated 25 October 2013. The following documents have been added: AR-459_FT04 QPP and Supplement RI FT04 - Zone 2 Groundwater Results - March 2013 SS06_ST10_SS15_SS16_DRAFT_ITIR_Appendix_A_June_2013 SS06_ST10_SS15_SS16_DRAFT_ITIR_June_2013 Appendix_B_Analytical_Data_Reports Final_CSIR_SS29_AOC05 SS29_AOC05_CSIR_-_RTC Erpims - RESULTS_FQC_LCQ Erpims - RESULTS_FQC_LCQ SCOTT_RESULTS Scott Club AOC Draft RI Rpt coms 102313 (reference footnote) 2. RFP, Section J, Attachment 1E2, number of pages is revised to read 10 (includes cover page 1 of 1). 3. RFP, Section J, Attachment 2, footer: RFP number is revised to read "FA8903-14-R-0002", Attachment 2". 4. Section L, dated 24 September 2013 is replaced with Section L, dated 25 October 2013. a. Section L, Para 2.1.1 Point of Contact is revised to reflect the sole Points of Contact (POCs) for the Scott AFB PBR as follows: Daniel Cevallos, Jr., (PCO), daniel.cevallos@us.af.mil Laura Stewart, (Contract Specialist), laura.stewart.1@us.af.mil Rebecca Robinson, (Contract Specialist), rebecca.robinson.5@us.af.mil Any communications from the date of the solicitation to the proposal due date shall be directed only to the individuals (POCs) referenced above. E-mailed questions or concerns need to be sent to all of the POCs. Mailed requests for clarification may be sent to the Procuring Contracting Officer (PCO) at the address located in Section A of the solicitation. b. Section L, page 4, Volume III, "Volume" column is revised to reflect "III". No other revisions are made. _____________________________________________________________ _____________________________________________________________ 23 OCT 2013 - NOTICE OF FORTHCOMING AMENDMENT: Section L, Para 2.1.1 Point of Contact to be revised. The sole points of contact are the individuals listed below: Therefore, ensure all questions/comments are submitted to the following RFP POCs: Mr. Daniel Cevallos, Jr. (POC) at Daniel.Cevallos@us.af.mil Ms. Laura Stewart (Contract Specialist) at Laura.Stewart.1@us.af.mil and Ms. Rebecca Robinson at Rebecca.Robinson.5@us.af.mil To ensure receipt of questions/comments, we recommend you confirm receipt of your questions/comments by at least one of the above individuals. ______________________________________________________________ ______________________________________________________________ 21 OCT 2013 The Scott AFB PBR requirement was previously posted as Presolicitation FA8903-13-R-0040. This requirement is now posted as Solicitation FA8903-14-R-0002. For all previously posted information/documents to include site visit Q&As, Draft RFP Q&As, SubCLIN briefings, etc., please refer to Presolicitation FA8903-13-R-0040 on FEDBIZOPPS. NOTE: All future postings for the Scott AFB PBR will be made to the Solicitation FA8903-14-R-0002 site. **************************************************************** GENERAL INFORMATION The Request for Proposal (RFP) and all applicable documents for the Scott AFB PBR solicitation have been posted/uploaded onto the FEDBIZOPPS website. Please note the following due dates: - RFP Questions/Comments Due Date: 28 Oct 2013 - Proposal Due Date: 5 Dec 2013 NOTE: The Google document site may incur a potential lapse in service starting 8 Dec 2013. DESCRIPTION OF WORK PROPOSED: The 772d Enterprise Sourcing Squadron/Environmental Contracting (772 ESS/PKB) at Lackland AFB, TX, has been asked to provide engineering, restoration and construction services to achieve Site Closeout (SC) through remedial action at Scott AFB, Illinois. The Contractor shall perform all necessary environmental construction and engineering activities required to meet the performance objectives identified in the corresponding Statement of Objective (SOO), dated 4 September 2013. The Period of Performance (POP) will be 120 months from date of award. This requirement is to provide a Performance-Based Remediation (PBR) approach for Site Closeout (SC) involving remedial action efforts at Scott AFB, IL for approximately 29 sites. 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 Contractor shall perform all necessary environmental construction and engineering activities required to meet the performance objectives identified in the Statement of Objectives (SOO). Reference the latest SOO dated 4 September 2013 and attachments posted to FEBBIZOPPS for the latest documents. REQUEST FOR PROPOSAL: The 772 ESS/PKB intends to award a single, Firm Fixed Price (FFP) PBR for remedial action efforts at Scott AFB, Illinois. Source selection procedures as prescribed in FAR Part 15 and FAR supplements thereto will be followed. The resultant contract is contemplated to be a stand-alone "C" contract with a firm-fixed price (FFP) pricing arrangement. The North American Industry Classification System (NAICS) Code for this Acquisition is 562910. This requirement is being issued as a Small Business Set-Aside. NOTE: You are hereby notified that the project owner has certified this project as a valid requirement. Firms will NOT be reimbursed for bid and proposal costs incurred. Therefore, if your firm elects to participate in the proposal process for this requirement and the projects are not funded, you shall not be entitled to submit any claim for bid and/or proposal costs. The Government reserves the right to cancel this requirement at any time. The anticipated award of the resultant contract is in the third quarter of FY14. The maximum POP for this contract, if all options are exercised, is 120 months from the date of award. Based on executing the current Air Force environmental restoration strategy, the Air Force's ROM for this PBR is anticipated to be between $30,000,000 and $37,000,000. Offerors will not automatically be non-compliant if the proposed price exceeds the ROM. Proposals shall be submitted in accordance with the RFP requirements and the date indicated in this announcement. Copies of this solicitation are available by INTERNET ACCESS ONLY. All solicitation documents are posted with this announcement and made available for viewing in FedBizOpps (http://www.fbo.gov). Any amendments to the RFP (if required) will be posted in FedBizOpps. Interested parties are reminded that they are responsible for checking FedBizOpps for new information concerning this requirement. Any communications with the Government from the date of this solicitation through contract award shall be directed in writing to the Procuring Contracting Officer (PCO), Mr. Daniel Cevallos, Jr. Email correspondence shall be sent to Mr. Cevallos with a copy to the contract specialists, Ms. Laura Stewart and Ms. Rebecca Robinson. System for Award Management (SAM) Requirements : Offerors must be registered in the SAM database. If registration is not complete by the required time, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration at https://www.acquisition.gov. 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. (Reference Presolicitation FA8903-13-R-0040 RFI documents.) 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. This requirements requires offerors to address OCI issues. 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. Proprietary Information Shall be Properly Marked by Offerors. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations and Source Selection Procedures. Delivery of Proposals: Access to Joint Base San Antonio (JBSA), Building 171 is controlled by 802d Security Forces Squadron. Visitors' point of entry will be at the 802 SFS Visitor Center which is located adjacent to the General McMullen Gate. Therefore, if your firm intends to hand-deliver a proposal for this solicitation, the following information is required no later than (NLT) two days prior to the proposal submission date: a. First and Last Name of visitor b. Purpose of the visit, be concise and specific: Proposal drop-off c. Date of visit and estimated duration of visit: (i.e., 1 hour meeting) d. Location of visit: Bldg 171, Entrance 1 e. Drivers License number and state of issue f. Company Name The information provided will be forwarded to the 802d Security Forces Squadron. On the day of the visit, please confirm that your visitor information has been submitted to the 802d Security Forces Squadron. All visitors must report to the visitor center prior to entry. THE PROCURING CONTRACTING OFFICE IS: 772 Enterprise Sourcing Squadron (ESS/PKB) 2261 Hughes Ave, Ste 163 JBSA Lackland, TX 78236-9853 POCs: Daniel Cevallos, Contracting Officer, Daniel.Cevallos@us.af.mil Laura Stewart, Contract Specialist, Laura.Stewart.1@us.af.mil Rebecca Robinson, Contract Specialist, Rebecca.Robinson.5@us.af.mil __________________________________________________________________ __________________________________________________________________ 21 OCT 2013 The RFP number for the Scott AFB PBR requirement has changed to FA8903-14-R-0002. It was previously posted as Presolicitation FA8903-13-R-0040. For all previously posted information/documents to include site visit Q&As, Draft RFP Q&As, SubCLIN briefings, pre-solicitation notice, etc., please refer to Presolicitation FA8903-13-R-0040 on FEDBIZOPPS. NOTE: All future postings for the Scott AFB PBR will be made to the Solicitation FA8903-14-R-0002 site. __________________________________________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/520b9a7b0a22eb4fae32ba355a7177ed)
 
Place of Performance
Address: Scott AFB, Illinois, Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN03239960-W 20131124/131122234452-520b9a7b0a22eb4fae32ba355a7177ed (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.