Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 3,1997 PSA#1880

21 Cons/LGCV, 700 Suffolk St., Peterson AFB, CO 80914-1200

P -- SALVAGE SERVICES SOL F05604970006 DUE 071697 POC TSgt Anthony E Archut, Contract Specialist, 719 556-7492, Bonnie Pavlik, Contracting Officer, 719 556-4789 SALVAGE SERVICES -- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Requirement is for nonpersonal services to provide all labor, tools, materials, equipment, transportation, management, supervision, and all other items or services necessary to recover the A-10 aircraft wreckage, ordnance, and human remains located in the Rocky Mountain range near Eagle, Colorado. After complete recovery, packaging and removal of crash debris, unexploded ordnance, and any human remains, the contractor shall accomplish remediation of the crash area in strict compliance with guidelines and regulations promulgated by, but not limited to the Department of Agriculture, Forest Service, Environmental Protection Agency, State of Colorado, and the United StatesAir Force. The wreckage is located on Gold Dust Peak at GPS grid coordinate N 39 28.50 5 / W 106 35 39.4, at an approximate altitude of 12,500 feet, on a north facing eighty percent rock slope, with a terrain slope of approximately seventy degrees. The timeframe window to accomplish all work will be from approximately 18 July 1997 to 25 August 1997 -- time is of the essence. Contractor must be able to mobilize as soon as possible after notice of award in order to complete eperformance before weather conditions deteriorate in late August. All helicopter or mechanized equipment usage shall be in strict compliance with Forest Service guidelines. Based on preliminary investigation of the site, the aircraft is expected to have shattered into many small pieces. Potential ordnance on the site includes four (4) 500lb Mark 82 bombs and 500-600 rounds of 30 millimeter TP ammunition (percussion primed), which are also expected to have broken up. The primers on the 30 millimeter munitions are similar to those of a .22 caliber munition. If the casings have broken up on these munitions, the primers do not pose a life threatening situation. The life threatening devices are the eight bomb fuzes, regardless if the bombs themselves have broken up. Additional unstable ordnance includes; 140 units of chaff and magnesium flare with static charged primers, aircraft ejection seat sequence initiators (gas pressure fired), and aircraft canopy jettison sequence initiators (gas pressure fired). Recovery, packaging, and shipment of all wreckage, unexploded ordnance, and human remains shall be accomplished by the contractor. The Contractor shall provide the following services: 1) All four (4) Mark 82 bombs and the four (4) bomb detonators shall be accounted for and removed from the site. If the bombs broke up upon impact, all detonators shall be recovered and removed. 2) All rounds of 30 millimeter munitions shall be accounted for with the following limited exception; 100 percent of the found casings are broken up, 75 percent of the munitions are accounted for, and all the casings are found in a limited area on Gold Dust Peak. 3) Debris, including munitions casings, greater than or equal to 6 X 6 inches, shall be removed from a slope of greater than or equal to 60 percent. Pieces fallen into crevices or beneath large boulders may remain after discussions with the Contracting Officer, On-Scene Commander, and the Forest Service resource advisor. 4) Debris, including munitions casings, less than 3 X 3 inches shall be removed from slopes less than 30 percent, when found in piles or large amounts of small debris in small perimeters. 5) The contractor shall be responsible for preparing an environmental assessment (EA) of the salvage operation. The EA shall be prepared in accordance with the National Environmental Policy Act and Air Force Instruction 32-7061. All environmental actions, including contacts with regulators, shall be coordinated with the Air Force prior to initiation. All recovered wreckage shall be identified and coordinated through the on-scene Air Force accident investigator for disposition. All information concerning this operation shall only be released to the public by the USAF on-scene commander. All recovered human remains shall be placed in protective packaging, with the utmost care taken to prevent further damage. Disposition for remains shall be as directed by the Air Force on-scene Commander. Recovered ordnance shall be identified, safed, and disposition coordinated through the Air Force on-scene Commander. Recovered wreckage shall be shipped to facilities designated by Government officials. Pilots and aircraft must be certified and red carded by the U.S. Forest Service to transport hazardous cargo over National Forest land. Contractor must posses hazardous material transportation certification. THE CONTRACTOR RECOGNIZES THAT UNEXPLODED ORDNANCE MAY STILL BE PRESENT ON THE SITE AND MAY POSE A LIFE THREATENING DANGER TO INDIVIDUALS INVOLVED IN THE RECOVERY OPERATION. THE CONTRACTOR SHALL TAKE ALL REQUIRED PRECAUTIONS TO PRECLUDEUNNECESSARY RISK TO EMPLOYEES AND ALL OTHER INDIVIDUALS WITHIN THE VICINITY OF THE CRASH RECOVERY SITE. THE GOVERNMENT ASSUMES NO RESPONSIBILITY FOR DAMAGES OR INJURIES SUSTAINED BY ANY INDIVIDUAL OR GROUP DURING EXECUTION OF THE REQUIREMENTS CONTAINED IN THIS STATEMENT OF WORK. The Contractor shall conduct all recovery actions, activities, installations and maintenance activities in accordance with OSHA, AFOSH, fire, and safety regulations and adhere at all times to the security regulations governing the site. Compliance with the Occupational Safety and Health Act and other applicable laws and regulations for the protection of employees is exclusively the obligation of the contractor and the government will assume no liability or responsibility for the contractor's compliance or noncompliance with such responsibilities. Based on the general description provided above, the Government is requesting independently developed proposals from interested parties providing a reasonably complete discussion regarding mobilization and performance schedules, the performance method extent of effort to be employed, and the nature and extent of the anticipated results. Supporting information should include type of support to be provided; e.g., facilities, equipment, materials, specific personnel resources with fully burdened labor rates (specify a separate rate for each proposed labor category and provide seperately priced per diem rates), and seperately identified transportation rates for helicopter, trucks, etc, in sufficient detail for meaningful evaluation. Offerors must provide a detailed description of organization, previous verifiable experience in EPA hazardous material/munitions projects subject to EPA oversight, along with references, qualifications (include pilot and aircraft U.S. Forest Service certification and hazmart transport certification and capabilities of personnel, and safety record/plan. INTERESTED PARTIES ARE ENCOURAGED TO VISIT THE ACCIDENT SITE PRIOR TO SUBMITTING A PROPOSAL. A SITE VISIT WILL BE HELD ON 10 JULY 1997 IN EAGLE COLORADO. THOSE PLANNING TO ATTEND SHOULD CONTACT CAPTAIN KRIS KLUGE AT 719-556-4988 NO LATER THAN 8 JULY 1997 TO CONFIRM INTENT TO ATTEND. This solicitation is issued under solicitation number F05604-97-R-0006 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. The Government will award a Firm-Fixed Price Indefinite Delivery, Indefinite Quantity contract with a $100,000 minimum resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, in descending order, shall be used to evaluate offers: Safety Record/Plan, Technical Expertise/Approach, Mobilization/Performance Schedule, Past Performance, and Price. Safety Record/Plan, Technical Expertise/Approach, Mobilization/ Performance and Past Performance, when combined, are significantly more important than cost or price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representation and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition, and the following FAR clauses cited in that clause are also applicable to this acquisition: EST QTY UNIT UNIT PRICE EST AMOUNT CLIN 0001 Labor Hours* NTE 2000 HRS __ __ __ __ __ __ __ __ ___ *List your proposed labor categories CLIN 0002 Helicopter Rate __ __ __ __ __ __ __ __ ___ CLIN 0003 Transportation Rate __ __ __ __ __ __ __ __ ___ CLIN 0004 Other Direct Costs __ __ __ ___ __ __ __ __ ____ Offers should be sent to: ANTHONY E. ARCHUT 21st Contracting Squadron/LGCV 700 Suffolk Street/Bldg 982 Peterson AFB, CO 80914-1200 NO LATER THAN 3:00 PM, MDT, WEDNESDAY, 16 JULY 1997 (0182)

Loren Data Corp. http://www.ld.com (SYN# 0056 19970703\P-0001.SOL)


P - Salvage Services Index Page