|
COMMERCE BUSINESS DAILY ISSUE OF JULY 3,1997 PSA#188021 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
|
|