|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 6,1998 PSA#2067National Science Foundation, Division of Contracts, Policy and
Oversight, Contracts Branch, 4201 Wilson Boulevard, Suite 475,
Arlington, VA 22230 M -- SCIENCE, OPERATIONS AND MAINTENANCE SUPPORT FOR THE UNITED STATES
ANTARCTIC PROGRAM (USAP) SOL OPP 98001 POC Bart Bridwell, Contract
Specialist, 703/306-1242; William C. Bruning, Contracting Officer,
703/306-1241 The National Science Foundation (NSF) is seeking
qualification statements, per the authority at FAR Subpart 15.202, for
science, operations and maintenance support for the United States
Antarctic Program (USAP). The USAP is this nation's scientific research
program in Antarctica. Individuals from various U.S. academic
institutions working under grants awarded by NSF, and personnel from
other federal agencies perform research in the Antarctic under USAP
auspices; often in conjunction with other national Antarctic programs.
The contractor's primary role is to provide the aforementioned support
for individuals deploying to Antarctica -- including deploying the
researchers and their cargo, insuring their survival and safety, and
enabling the performance of field and laboratory work while deployed.
To perform these functions the Government provides substantial support
from its own resources (primarily property, equipment, and
transportation). Presently, operations are staged from Port Hueneme,
CA; Christchurch, New Zealand; and Punta Arenas, Chile. The USAP
maintains three permanent stations in Antarctica: McMurdo Station on
Ross Island at 77 51'S, 166 40'E; Amundsen-Scott South Pole Station at
90 S; and Palmer Station on Anvers Island at 64 46'S, 64 03'W. Other
camps and locations are occupied on a seasonal or temporary basis.
Oceanographic research is performed from the Ice Breaking Research
Vessels Nathaniel B. Palmer and Laurence M. Gould. Following is a
summary of services required -- (1) Direct Research Support: (a) field
camp construction, (b) field camp operations and management, (c)
laboratory operations, (d) field subsistence (provision of food,
extreme cold weather gear, and other research equipment), (e)
information systems (computing and communications), (f) support for
other scientific equipment and remote sensing devices, (g) research
vessel operations and maintenance, (h) ski-equipped, fixed-wing utility
aircraft operations and maintenance; (2) Basic Subsistence at Antarctic
sites: (a) food service, (b) housing, (c) laundry, (d) hairdressing,
(e) janitorial, (f) public transit, (g) morale, recreation and welfare
activities, (h) counseling and clergy, (j) medical and dental service;
(3) Infrastructural Support: (a) maintenance functions (mechanical,
electrical, plumbing, HVAC, vehicles, and vessels), (b) utilities
(water and power generation, and waste disposal), (c) construction and
engineering (including redevelopment of Amundsen-Scott South Pole
Station), (d) public works (construction and maintenance of roads,
skiways, ice-runways and piers), (e) fuels, (f) safety, health and
environment activities; and (4) Intercontinental Movement of Personnel
and Cargo: (a) movement of grantee and other personnel, (b) receiving,
packing, shipping and tracking cargo both commercially and via
Government assets, (c) stevedoring. Interested organizations are
requested to submit qualification statements for NSF's consideration at
the address identified herein (ATTN: Mr. Bart Bridwell) within 45
calendar days from publication of this synopsis. Organizations are
requested to submit information addressing the following factors: (1)
experience and past performance on the same or similar type work; (2)
contractor quality control programs; (3) financial capacity to perform;
and (4) Government approved administrative systems. With respect to the
experience and past performance factor, organizations should submit
information for not more than five previous contracts performed within
the past three years describing the type and kind of work performed.
With respect to the quality control factor, in addition to narrative
materials information on quality awards and certifications is desired.
With respect to the financial capacity factor organizations should
submit financial statements from their past three fiscal years. With
respect to administrative systems factor, organizations should identify
which of their administrative systems (e.g., procurement, property,
accounting, estimating) are presently approved by the Government and
the cognizant contracting and/or auditing activities. NSF reserves the
right to independently verify any and all information with the
cognizant activities. Contact information must be included. Interested
organizations should authorize the relevant activities to cooperate
with NSF in writing. Given the broad scope of services required, NSF
encourages teaming arrangements. Qualification statements may be
submitted individually or as a prospective team. NSF anticipates
releasing its RFP No. OPP 98001 on or about 1 September 1998. A job
walk to all USAP sites is tentatively scheduled for November and
December 1998. Proposals will be due on or about 1 April 1999. Contract
award is anticipated on or about 1 October 1999. An advisory
down-select procedure is being employed (see FAR Subpart 15.202). NSF
anticipates awarding a cost-plus-award-fee or cost-plus-incentive-fee
contract. No RFP is available at this time. (0092) Loren Data Corp. http://www.ld.com (SYN# 0074 19980406\M-0005.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|