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