|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1998 PSA#2161National 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 DUE 040199 POC Bart Bridwell,
Contract Specialist, 703/306-1242; William C. Bruning, Contracting
Officer, 703/306-1241 E-MAIL: NSF Request for Proposals OPP 98001,
bbridwel@nsf.gov. The National Science Foundation (NSF) intends to
release RFP No. OPP 98001 for science, operations and maintenance
support for the United States Antarctic Program (USAP) on or about
September 1, 1998. 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. A site visit on board the R/V NATHANIEL B.
PALMER is scheduled for September 10, 1998. Participants shall meet at
9:30 am local time at Terminal Nos. 36 and 37 at the US Coast Guard
facility located in Seattle, Washington. Participation is limited to
two individuals per team. Picture identification is required for
entrance to this facility. An informational conference is scheduled for
September 15-16, 1998 at NSF's facilities in Arlington, VA.
Participants shall assemble in Room 375 at 9:30 am local time.
Participation is limited to three individuals per team. Confirmation of
the intent of a team's representatives to participate these events
shall be submitted in writing by September 4, 1998. This correspondence
shall identify those individuals participating. Should space or time
become a problem at either event NSF, at its discretion, shall reduce
the total number of participants. Preference will be given to those
teams that have participated in the qualification phase of the advisory
multi-step process (see following). Requests for the RFP must be made
in writing. Telephone requests will not be honored. Mail, facsimile or
e-mail transmission is acceptable, and may be forwarded to Mr.
Bridwell atthe agency address identified herein, at 703/306-0280, or at
bbridwel@nsf.gov. A job walk to other USAP sites is tentatively
scheduled for November and December 1998. Additional details are
provided in the solicitation. Proposals will be due on or about 1 April
1999. Contract award is anticipated on or about 1 October 1999. An
advisory multi-step process is being employed, and qualification
statements have already been solicited, received and evaluated (see FAR
Subpart 15.202). The following are firms that were deemed to have the
preliminary prerequisites to be competitive under this solicitation.
UNCONDITIONALLY QUALIFIED: Brown & Root Services Corporation of
Houston, TX (and teaming partners); Holmes & Narver Services, Inc of
Orange, CA (and teaming partners); Raytheon Systems Company of
Burlington, MA; and SRI International of Menlo Park, CA (and teaming
partners). CONDITIONALLY QUALIFIED: SERCO, Inc. of Gibbsboro, NJ; J.A.
Jones Management Services of Charlotte, NC (and teaming partners);
VECO Corporation of Anchorage, AK (and teaming partners); Johnson
Controls World Services of Cape Canaveral, FL (and teaming partners);
and DynCorp Enterprise Management of Reston, VA (and teaming partners).
NSF anticipates awarding a cost-plus-award-fee contract. Posted
08/14/98 (W-SN237470). (0226) Loren Data Corp. http://www.ld.com (SYN# 0069 19980818\M-0001.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|