|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1996 PSA#1736U. S. Department of Energy, Oak Ridge Operations Office, P. O. Box
2001, Oak Ridge, Tennessee 37831 R -- ENVIRONMENTAL PROJECTS MANAGEMENT SOL DE-RP05-97OR22700 POC Point
of Contact -- Jeff Burgan, Contracting Officer, (423) 574-7507 WEB:
Department of Energy, Oak Ridge Operations Office, Procurement Home
Page, http://www.doe.gov/procurement/oro_home.html. E-MAIL: Department
of Energy, Oak Ridge Operations Office, Jeff Burgan, Contracting
Officer, emseb@oro.doe.gov. The Department of Energy's (DOE) Oak Ridge
Operations Office (ORO) will be releasing a draft Statement of Work
(SOW) on December 5, 1996, for Request for Proposal (RFP) No.
DE-RP05-97OR22700 which will provide for the management and integration
of its environmental projects for its facilities located in Oak Ridge,
TN, the Portsmouth Gaseous Diffusion Plant at Piketon, OH, and the
Paducah Gaseous Diffusion Plant at Paducah, KY. The draft SOW will be
available at Internet address
http://www.doe.gov/procurement/oro_home.html. This web site also
contains other information regarding this procurement such as an index
of available technical and programmatic reference documents.
Interested parties are encouraged to e-mail or fax comments relative to
the draft SOW to Jeff Burgan at emseb@oro.doe.gov, fax no.
(423)574-7511. Comments should be sent by December 18, 1996. All
comments will be considered. The identity of the firm and/or individual
submitting comments will be kept confidential. Writtenresponses will
not be given. DOE's proposed approach to this procurement is different
than those of traditional DOE management and operating (M&O) contracts
or recent competitions at other DOE installations. DOE intends to
solicit offers for a contract for management and integration of
primarily environmental restoration and waste management projects.
Under the management and integration concept, the prime contractor will
be responsible for and possess the core competencies to manage the
overall effort, including planning, subcontracting, integrating,
expediting, and coordinating tasks. In addition, the prime contractor
will be responsible for infrastructure at the K-25 site. The prime
contractor would package work for optimum competitive subcontracting to
firms that would actually execute most tasks. In order to maximize work
by subcontractors selected in a fully competitive environment, these
awards will not be part of the prime contract selection. Teaming
arrangements that present up-front proposals for executing both prime
and subcontracted work are not requested or desired. A joint venture or
team formed solely to perform the prime contractor's responsibilities
may be considered as long as it is structured as a simple, "seamless",
cost-effective entity. DOE's objectives in using this proposed
approach are reducing the cost of performing the work through cost
competition for the execution of work, packaging work for optimum
subcontracting, matching procurement strategies to work requirements,
and achieving greater flexibility to manage resources. DOE is making
the draft statement of work available in order to obtain comments on
certain aspects of the procurement while the draft RFP is being
developed. While comments on any aspect of this procurement are
solicited, certain areas are of particular interest to DOE: (1)
feasibility of the proposed approach for managing and integrating with
the execution of work primarily performed by competitively bid
subcontractors; (2) selection of subcontractors for execution of the
work after award of the prime contract; (3) contract transition; (4)
contract coverage of both environmental management and enrichment
program activities; (5) areas best suited for measurement and
incentives from a performance and cost standpoint; and (6) clarity of
the overall SOW. It is DOE's desire to obtain a contractor that will
focus on acceleration and completion of EM program objectives. DOE is
interested in industry's comments on whether this can best be
accomplished under a term or completion type contract. The tentative
schedule for the procurement is as follows: a draft RFP will be
released in January 1997 (selected elements of the RFP may be released
for comment prior to the draft RFP via the Internet); final RFP will
be issued in March 1997; contract award no later than December 1997.
The current contract expires in March 1998. Various important issues,
such as evaluation criteria, fee determination and labor matters, are
not addressed in the SOW. The draft RFP will address these issues and
provide a full opportunity for review and comment. All subsequent
information to be released prior to the release of the final RFP will
be available at the aforementioned Internet address. No further
announcements regarding the release of information will be made in the
CBD with the exception of the issuance of the draft and the final RFP.
(0339) Loren Data Corp. http://www.ld.com (SYN# 0067 19961206\R-0004.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|