|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,1998 PSA#2106Office of Economic Transition, Fluor Daniel Hanford, Inc., Post Office
Box 1000, MSIN H8-64, Richland, WA 99352 R -- PERFORM SAFEGUARDS AND SECURITY (SAS) SERVICES SOL 98-002 DUE
061598 POC John M. Fleming, 509-376-3639 WEB: Fluor Daniel Hanford
Acquistions, http://www.hanford.gov/pmm/rfp.htm. E-MAIL: click here to
contact the technical contact, johnny_m_(john)_fleming. Fluor Daniel
Hanford, Inc. (FDH) is interested in finding potentially qualified
sources that would like to contract to manage, operate, integrate, and
perform Safeguards and Security (SAS) services for the Project Hanford
site under the its Prime Contract No. DE-AC06-96RL13200 (hereinafter
referred to as the Project Hanford Management Contract or PHMC) with
the U.S. Department of Energy Richland Operations Office (RL). Services
include, but are not limited to, Safeguards/Material Control and
Accountability, Physical Security, Personnel Security, Information
Security, Technical Security, and the Hanford Patrol. Hanford Patrol
provides site-wide protective force services, including protection of
the Pacific Northwest National Laboratory (PNNL) and other assigned
Government assets. A cost-effective, graded or risk-based approach
shall be used to provide protection of SAS interests involving the use,
processing, possession, receipt, shipment, storage, and disposition of
special nuclear material (SNM), classified matter, protection of
personnel, and Government property. While the selected Contractor will
be a subcontractor to FDH, there is a direct interface with RL
Safeguards and Security Division (RL SAS). Selection of the
Contractor's Director of SAS and Chief of Police will be subject to RL
approval. The Contractor shall undertake activities necessary to
support efforts directly attributed to specific functions including,
but not limited to, contract management; acquisitions; budget
preparation and analysis; annual work plan preparation; performance
measurement; policy and procedure development; environment, safety and
health planning, administration and reporting; quality assurance
planning, administration and reporting; facility, vehicle and equipment
management; human resources management and services; and secretarial
support. Also, the Contractor shall work in partnership to provide
essential support for existing on-site projects; provide training,
technical exchanges, and administration; and respond to RL requests for
information, performance ratings, Site Management System reporting,
corrective action plans, reviews for compliance, support for DOE
workshops, and overall management of critical SAS programs. It is FDH's
expectation at this point in time that the Contractor shall be
requested to make employment offers to current non-bargaining site work
force, except for senior management staff, and operate and administer
a collective bargaining agreement. It is noted that the existing
protective forces personnel are covered by a collective bargaining unit
agreement (i.e., Hanford Guard Union [HGU]). The Contractor Director,
Safeguards and Security, shall be responsible for planning, organizing,
staffing, directing, coordinating, and controlling operations for
Project Hanford and shall ensure that services are provided and
performed in accordance with the Contract. Further, the Director is
appointed by the FDH President and Chief Executive Officer as the
Program Management Representative (PMR) for all activities associated
with implementation of SAS contract responsibilities managed by FDH. A
complete solicitation package will be sent only to qualified sources.
To establish requestor qualifications, requestors shall provide the
following information (for which the requestor's will not be
reimbursed) sufficient to demonstrate: 1) Expertise (management team)
in having performed a similar (technical requirements) work scope(s) at
another federal site location(s). Also, include name(s) of agency(s)
contract was/is with, contract number(s), contact name(s) and telephone
number(s) so FDH may confirm experience. 2) Corporate depth available
in SAS. 3) Ability to manage the functional elements of: A) Site
security operations including, physical security (i.e., security
optimization, locksmith services and asset protection), administrative
security (i.e., central badging operations, security clearance
processing, security education and personnel security assurance
program), information security (i.e., operations security, classified
information systems security, classified matter protection and control,
classification program, unclassified computer security program, special
access programs, telecommunications and technical surveillance
countermeasures), special security activities (i.e., preemployment
screening foreign national visits and assignments, counterintelligence
and security investigations office); B) Technical security including
safeguards and security site technical support, security engineering
and maintenance; C) Safeguards including domestic safeguards,
international atomic energy agency safeguards and statistical services;
D) SAS planning and risk analysis and assessments; and E) Hanford
patrol including Hanford patrol management and administration, patrol
operations center, patrol training academy, patrol training academy
diversification, and the protection of material and facilities. 4)
Ability to meet SAS requirements for handling/dealing with special
nuclear material under all applicable federal, state and local laws,
rules and regulations. 5) Accept that selection of Contractor's
Director of SAS and Chief of Hanford Patrol shall be subject to RL
approval. 6) Business acumen in negotiating/operating within a very
lean, regimented estimated price range of $20M to $25M per fiscal year,
potential term of three fiscal years (FY 1999 through 2001) and up to
five (5) option fiscal years (FY 2002 through 2006). 7) Ability to
receive "favorable" Foreign Ownership Control Influence (FOCI) and
Facility Clearance determinations as a requirement for contract award.
FDH will review the information provided in response to the CBD or RFI
advertisements, and determine which responses satisfied all
requirements and qualify to receive the resultant solicitation.
Additional documentation in the form of a Statement of Work (SOW) and
listing of DOE Orders and Directives to be implemented are available
for down load on internet address --
http://www.hanford.gov/pmm/rfp.htm. Also, other information on the
Hanford HomePage (i.e., maps, projects, etc.) is available for down
load on internet address -- http://www.hanford.gov. Response shall be
sent to Attn: John Fleming, FDH, via mail at P.O. Box 1000, MSIN G1-25,
Richland, Washington 99352 or fax (509-372-2134), on or before 6/15/98.
The solicitation is estimated to be available by 7/15/98. (0148) Loren Data Corp. http://www.ld.com (SYN# 0094 19980601\R-0008.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|