Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1998 PSA#2161

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 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