|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 30,1998 PSA#2191US ARMY ENGINEERING & SUPPORT CENTER B -- CLEANUP OF ORDNANCE AND EXPLOSIVES (OE) AT FORT MCCLELLAN, AL SOL
W31RYO-3000-0000 POC Contract Specialist Lydia Tadesse (256) 895-1169
(Site Code DACA87) THIS IS NOT A NOTICE OF ISSUANCE OF A SOLICITATION.
THIS IS A NOTICE TO ALL INTERESTED PARTIES TO PROVIDE COMMENTS ON
PROPOSED ACQUISITION FOR THE "CLEANUP OF ORDNANCE AND EXPLOSIVES (OE)
AT FORT MCCLELLAN, AL Background/Statement of Need/Objective
Background. The Government is preparing to issue a solicitation for the
cleanup of ordnance and explosives (OE) at Fort McClellan, AL. Fort
McClellan (FTMC) is a U.S. Army Training and Doctrine Command (TRADOC)
facility and is scheduled to close in September 1999 under the Base
Realignment and Closure Act (BRAC). The base occupies 23,000 acres
adjacent to the city of Anniston, AL. Its primary use has been for
troop training (artillery, small arms, chemical warfare training, etc.)
and demobilization activities. As such, there are a number of active
and inactive firing ranges. Statement of Need. The contract will
acquire the necessary services for the location, excavation, and
disposal of OE at FTMC. A single contractor will integrate, manage, and
execute all aspects of OE cleanup to include: systems integration, data
management (i.e. geographical information systems, etc.), historical
data analysis, footprint reduction methodologies, field reconnaissance,
engineering evaluations, geophysical mapping, anomaly discrimination,
cost analysis, risk analysis, statistical sampling and analysis, and
sampling, removal, and disposal of OE. Objective. This acquisition will
be an innovative approach to the cleanup of OE. The overall project
objective is to clean areas of OE to the extent that they become fully
suitable for their intended reuse purpose. Key Elements of Proposed
Acquisition The contract will be a performance based contract (in
accordance with FAR 37.601) focused on the results required rather than
the method of achieving the results and will contain measurable
performance standards related to cost, schedule, safety, quality, and
customer satisfaction. The contract will be a one year Indefinite
Delivery/Indefinite Quantity, Engineering- Services contract(with
incidental A-E services) with four one year options. Approximately 85%
of the task orders will be firm fixed-price with the capability to
issue time and material (unilateral and bilateral) task orders. The
expected size of the contract is $ 10 M / year. Proposed Evaluation
Process The acquisition will be a conducted under FAR Part 15
procedures, to include the use of uniform contract format of FAR
15.204-1. There will be a two step selection process, with the first
step being evaluation of past performance, technical and management
capability, and price. The price proposal will include fully burdened
labor rates and a cost proposal for execution of an actual task order.
For evaluation purposes the actual task order will include OE
location, excavation, and disposal for a defined area on the
installation. Excavation and disposal costs will be based on a fixed
hypothetical number of OE items. The OE location portion of the cost
proposal shall be based on the technology(s) that the offerer plans on
field demonstrating in step two of the selection process. The
management and technical capability, and past performance, will be
evaluated through an oral proposal under the procedures of FAR 15.102.
The government will also consider past performance information from
all relevant sources, IAW FAR 15.305(a)(2)(ii). Small business
commitment will also be an important evaluation factor. Those
respondents rating the highest in step one will then be asked to
demonstrate (step two) their technology approach for OE location at Ft.
McClellan on representative test grids, at no cost to the government.
Offerers will be evaluated and scored based upon their actual field
performance. Offerors will then be given the opportunity to revise
their cost proposal for the OE location portion of the actual task
order. The contract will be awarded to the offerer who is ranked the
highest based upon evaluation of all factors. At the time of the basic
contract award the government intends to also award the above
referenced task order. The contract will require the contractor to
continually assess and upgrade their technical approach throughout the
life of the contract. A pre-proposal conference will be held at the
installation to allow all interested parties the opportunity to see the
site, receive a briefing on the project, and ask questions concerning
the procurement. The expected date of contract award is the third
quarter of FY 1999. Request for Comments The Government invites all
interested parties to provide written comments (no telephone calls) on
all aspects of the proposed acquisition. The Government will consider
all comments in making its decision regarding the proposed
acquisition. The government strongly discourages the submission of firm
brochures, qualification statements, resumes, or any other proposal
type information. The only information that will be evaluated are
specific comments on the procurement strategy described in this
pre-solicitation notice. All other information will be disregarded. Due
to time constraints the Governmentwill not be able to respond to
inquiries to this notice. Address for Comment Submittal. Please address
all comments regarding this notice in writing to: U.S. Army Engineering
and Support Center Huntsville, ATTN: CEHNC-CT (Ms. Lydia Tadesse), 4820
University Square, Huntsville, AL 35816-1822 Facsimile 256 895-1378
Posted 09/28/98 (I-SN255236). (0271) Loren Data Corp. http://www.ld.com (SYN# 0004 19980930\B-0001.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|