Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 30,1996 PSA#1584

US ARMY ENGINEERING & SUPPORT CENTER, ATTN: CEHNC-CT-P, 4820 UNIVERSITY SQUARE, HUNTSVILLE AL 35816-1822

R -- R-DESIGN AND CONSTRUCTION MANAGEMENT SERVICES FOR THE RUSSIAN PILOT CHEMICAL WEAPONS DESTRUCTION FACILITY, SHCHUCHYE, KURGAN OBLASK, RUSSIAN FEDERATION SOL DACA87-96-R-0031 DUE 082996 POC Contact, Contracting Officer, Houston Townsend, 205-895-1110, or Project Manager, Joe Conn, 205-895-1348 (Site Code DACA87) Design and construction management to assist the Russian Federation (RF) with the development of a Chemical Weapons Destruction Facility (CWDF). The RF has identified a site for construction of a CWDF near the Shchuch'ye Chemical Weapons (CW) storage facility in the Kurgan Oblast'. The selected firm must have the capability to perform all requirements of the contract. However, the contractor will be required to subcontract with designated Russian institutes and firms for the majority of the activities to implement the joint (US/RF) aspects of this project. The selected firm will provide management, technical supervision for the US/Russian team, and overall integration responsibility. The work required to implement the destruction process in the CWDF will be: (a) scale-up of the neutralization process to an intermediate level for additional testing, (b) fabrication and testing of the machine required to access the agent stored in munitions (drill and drain machine), (c) design management of the process and facility, (d) special studies as required, (e) construction management including equipment acquisition and installation, (f) management during plant startup and demonstration; and (g) logistic and administrative assistance to the CWDSO. The contract will be cost plus fixed fee and is scheduled to be awarded in October 1996. The estimated cost of this project is in excess of $400,000,000, with an initial project amount of approximately $12M. Incremental funds iwll be provided on an annual basis with no guarantee of their availability from one year to the next. Should funds not be provided ina given year, the contractor will not be assigned additional work. The selection criteria are listed in descending order of importance 1. Management 2. Technical Approach 3. Cost/Price 4. Past Performance. Elements under their respective areas are 1.a. Management approach to this type of contract, 1.b. Subcontract management, 1.c. Management experience, 1.d. Dual language capability, 1.e. Quality control procedures, 2.a. Design of plants, 2.b. Construction of plants located in a remote area of a foreign country, 2.c. Technical experience, 2.d. Construction estimation on international jobs, 2.e. Design safety capability to include hazard analysis, 3. Cost/Price will be evaluated for reasonableness, realism, completeness and affordability and, 4.a. Construciton performance outside of the Continental U.S., 4.b. Performance in remote sites, 4.c. Performance handling or disposing of hazardous materials, 4.d. Preformance in subcontract management. A Small and Small Disadvantaged Business Subcontracting Plan for the U.S. portion of the work, that is compliance withthe Federal Acquisition Regualtion 19.704 and the Army Federal Acquisition Regulation Supplement 19.704 is required. The Office of the Program Manager for Chemical Demilitarization will hst an Advanced Planning Briefing to Industry (APBI), 9:00 a.m., 21 May 1996 in Edgewood Auditorium, Edgewood Area, Aberdeen Proving Ground, MD. Parties interested in attending should contact or submit questions in writing to Ms. Melissa Childress, Science Applications International Corporation, telephone: (410)671-0356. Please specify CTR CW APBI in all communications. (0117)

Loren Data Corp. http://www.ld.com (SYN# 0056 19960429\R-0002.SOL)


R - Professional, Administrative and Management Support Services Index Page