Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1996 PSA#1736

U. 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