SOURCES SOUGHT
U -- Life Cycle Logistics Support and Chemical Demilitarization Training Facility Operation and Maintenance
- Notice Date
- 11/26/2019 8:42:20 AM
- Notice Type
- Special Notice
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
- ZIP Code
- 61299-5000
- Solicitation Number
- W52P1J19R0134
- Archive Date
- 12/12/2019
- Point of Contact
- Sarah E. Lutyens, Contract Specialist, Phone: (309) 782-1615, Katelyn Coon, Contracting Officer, Phone: (309) 782-3309
- E-Mail Address
-
sarah.e.lutyens.civ@mail.mil, katelyn.m.coon.civ@mail.mil
(sarah.e.lutyens.civ@mail.mil, katelyn.m.coon.civ@mail.mil)
- Description
- SYNOPSIS: The Recovered Chemical Materiel Directorate (RCMD) of the Chemical Materials Activity (CMA) has the mission responsibility, as mandated by Public Law 102-484, for the disposal of all applicable chemical warfare materiel in a safe and environmentally acceptable manner. In support of this mission, the Chemical Demilitarization Training Facility (CDTF), as a Government-owned, contractor-operated facility, has been established, operated, and maintained since 1989 through present at Edgewood, MD. This CDTF support includes providing logistics support, facility operations services, and technical training, as required by its performance work statement (PWS).To continue this support for September 2020 through September 2025, solicitation W52P1J-19-R-0134 will be issued containing the following objectives, divided broadly into four areas:-First, provide the life cycle logistics support necessary to maintain equipment readiness and support field operations related to Recovered Chemical Warfare Materiel (RCWM) assessment and destruction.-Second, provide training services related to the CMA equipment used for RCWM assessment, transport, and destruction. -Third, provide operational and maintenance support for the CDTF campus and CMA warehouses at Aberdeen Proving Ground, MD-Fourth, provide support for other Government agencies.A draft solicitation is anticipated to be issued, via the Government-wide Point of Entry (GPE), December of 2019 or later, which will include site visit information. The site visit is expected to take place January of 2020 or later with the formal solicitation to be released on or after 13 February 2020; no further notice will be provided by the Government on its issuance. The anticipated proposal preparation period for this solicitation will be thirty (30) days from the formal solicitation issuance date. As such, interested parties are responsible for obtaining the noted request for proposal (RFP) issued via the GPE. A Sources Sought was issued 9 August 2019 with the umbrella and Task Order (first year) 0001 PWSs, in accordance with the Federal Acquisition Regulation (FAR) provision 52.215-3, Request for Information or Solicitation for Planning Purposes. The primary purposes of the Sources Sought was to conduct market research for identifying interested parties and to solicit industry’s comments to the Government’s acquisition strategy for obtaining the continuation of the CDTF support. The Government acquisition strategy is to issue an unrestricted full and open competitive, best value RFP that will result in a single source indefinite-delivery, indefinite-quantity (IDIQ) contract type award, in accordance with FAR 16.5/Defense FAR Supplement (DFARS) 216.5, with a five-year ordering period covering the CDTF support for September 2020 - September 2025. The RFP will contain the basic contract terms, the umbrella PWS, and a master deliverable list along with the first twelve-month period of performance (POP) PWS. Once evaluated and a successful awardee is selected, the basic IDIQ contract and Task Order 0001 will be awarded at the same time; the award of Task Order 0001 will satisfy the Government’s minimum ordering liability, as contained in the basic contract. Due to the nature of the services and the uncertainty of the CDTF support, the primary basic contract type will be for the award of cost-plus-fixed-fee task orders; however, certain task orders, based on their requirements, may be awarded as a firm-fixed-price contract type (FFP) or include FFP contract line item numbers. When awarded, the CDTF support will primarily be funded with applicable Operation and Maintenance, subject to availability. The total ordering period is mission is 5 years. The individual POPs, PWS, and their corresponding task orders within this ordering period will be negotiated with the contractor; these negotiations will primarily be one-year POPs, however, may be extended as needed. Award will be made to the offeror, whose proposal represents the best value to the Government, considering the evaluation criteria and the requirements of the solicitation, projected on or before 24 September 2020.The points of contact for this notice is Ms. Katelyn Coon, Contracting Officer, katelyn.m.coon.civ@mail.mil, (309) 782-3309 and Ms. Sarah Lutyens Contract Specialist, sarah.e.lutyens.civ@mail.mil, (309) 782-1615 Army Contracting Command - Rock Island, Munitions and Industrial Base Contracting Directorate, Rock Island, IL.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f2dd08512f7d45a496103a78d1068979/view)
- Place of Performance
- Address: 125, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05504160-F 20191128/191126231632 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |