Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 3,1996 PSA#1693

Pacific Division, Naval Facilities Engineering Command, Code 0213, Makalapa, Pearl Harbor, Hawaii, 96860-7300

F -- UNEXPLODED ORDNANCE CLEARANCE PROJECT, KAHO'OLAWE ISLAND RESERVE SOL N62742-95-R-1369 DUE 010697 POC Point of Contact, Mr. James Putnam, Director of Acquisition Contracts, Code 021, (808) 474-4549/Ms. Gena McClain, Contracting Officer, Code 0213, (808) 471-1694 To the maximum extent practicable, the subject contract will provide for clearance or removal of unexploded ordnance and environmental restoration of Kaho'olawe Island Reserve (Hawaii State land), a remote, uninhabited island lying approximately 151 km southeast of Oahu and 10 km southwest of Maui. The work requires a use based clearance or removal of UXO and environmental restoration of Kaho'olawe Island Reserve, to allow reasonably safe use for the purpose specified. The work will include, but not be limited to, the following activities: (1) compliance with applicable Federal, State, local, Department of Defense, and Navy requirements as identified in the Regulatory Framework (included as an attachment to the RFP); (2) performance of UXO and non-UXO clearance actions, such as searching, detecting, positively identifying, removing, certifying, packaging, storing, transporting for disposal, disposing, and documenting results; (3) performance of limited multi-media sampling and analysis as well as environmental restoration in areas affected by UXO clearance work; (4) range control operations for all activities on the island; (5) boundary and location survey using Global Positioning System and other surveying systems; (6) protection of Historic Properties, including traditional cultural places potentially affected by project activities, in accordance with the Regulatory Framework's Site Protection Agreement; (7) operation, maintenance, repair and construction of facilities and infrastructure; (8) transportation of personnel and resources to, from, and on the island which has no fixed-wing aircraft or seacraft landing infrastructure; (9) preparation of planning and reporting documents and maintenance of administrative data; (10) operation of a base camp at a remote location; and (11) establishment of a program management office for the overall purpose of planning, monitoring and controlling task orders issued under the contract. This will be a Cost Plus Award Fee (CPAF) Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract. Estimated starting and completion dates are July 1, 1997, through November 3, 2004. Award of the contract is subject to the availability of funds; contract term will be a base period of one year, six one year options, and an option period for phase-out activities. Initial award will be for the base period only. Interested firms will be required to submit separate technical and cost proposals. Formal source selection procedures will be used, with award based on the proposal determined to have the greatest value to the Government considering both technical and cost factors. Technical proposals will be evaluated on the following four factors which are of approximately the same relative importance: (1) Technical understanding, (2) Corporate experience and past performance, (3) Management, and (4) Resources. The technical evaluation factors combined are considered significantly more important than cost; however, the importance of cost will increase if two or more technical proposals are nearly equal in value. The contract is for an eight year period, in the maximum amount of $280,000,000.00; funding each year is based upon the availability of funds. Work during the base and first year is expected to be in the range of $20,000,000.00 to $25,000,000.00. The Request for Proposal (RFP) will be available on or after October 21, 1996; and will be available only until supplies are exhausted. Requestors will be offered two options in obtaining a RFP package: (1) a hard copy of text and graphics available at a cost of $110.00; or (2) text, graphics, and selected reference documents provided on Compact Optical Discs - Read Only Memory (CD-ROM) at a cost of $40.00. The RFP, including reference documents, will also be available for review by interested parties through the Hawaii State Public Library System and at the Pacific Division, Construction Contracts Branch, Bldg. #62, 4262 Radford Drive, Honolulu, HI 96818-3296. Following release of the RFP, an informational, text-only version of the RFP will also be made available through Internet, PACDIV Home Page, at the following address: http://www.navy.mil/homepages/navfac/pacdiv/pacdiv.htm. Interested parties should indicate their choice of RFP package as noted above, and attach a check in the appropriate amount, payable to Defense Printing Service, Western Area. Provide your complete name, address, area code and phone number. Telephone requests will not be accepted. Mail requests, including your check, to Pacific Division (Code 0213), Naval Facilities Engineering Command, Bldg. 258, Makalapa Drive, Pearl Harbor, HI 96860-7300. Following release of the RFP, a one-time site visit at Kaho'olawe Island Reserve will be scheduled, followed by a pre-proposal conference in Honolulu, Hawaii. Additional details will be provided to all recipients of the RFP. The expected closing date for receipt of proposals is on or about January 6, 1997 at 11:00 a.m., HST. All responsible sources may submit proposals to Pacific Division, Naval Facilities Engineering Command as shown above, and will be considered by the agency. Late submittals will be considered in accordance with FAR 52.215-10, LATE SUBMISSIONS, MODIFICATIONS AND WITHDRAWALS OF PROPOSALS. (0275)

Loren Data Corp. http://www.ld.com (SYN# 0028 19961002\F-0001.SOL)


F - Natural Resources and Conservation Services Index Page