Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 6,1998 PSA#2067

National 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