Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 30,1998 PSA#2191

US 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