Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,1998 PSA#2106

Office 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