Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 5,1999 PSA#2317

U.S. ARMY CORPS OF ENGINEERS, TRANSATLANTIC PROGRAMS CENTER, P. O. BOX 2250, WINCHESTER VA 22604-1450

R -- R -- MANAGEMENT PLANNING AND LOGISTICS SUPPORT SERVICES SOL W26WKS-9034-9888 001 DUE 082299 POC Contract Specialist Theresa Lynne Taylor (540) 665-3687 (Site Code DACA78) E-MAIL: LYNNE.TAYLOR@USACE.ARMY.MIL, LYNNE.TAYLOR@USACE.ARMY.MIL. The Transatlantic Programs Center (TAC), US Army Corps of Engineers, is seeking proposals from qualified large, small and small disadvantaged businesses capable of planning, erecting and operating Temporary Expansion Facilities for the Immigration & Naturalization Service (INS). Note: This acquisition may be set aside and awarded to a small business provided proposals are received from two or more technically acceptable small businesses and their proposal represents the overall best value to the Government. OVERVIEW: The Department of Justice Immigration and Naturalization Service (DOJ/INS) Mass Immigration Response Support (MIRS) Project provides for the establishment of temporary expansion facilities to augment existing INS facilities in the event of a significant influx of illegal aliens into the United States. The mission of the MIRS project is to plan for, and on order, initiate specific engineering, construction and logistics and life support services necessary to establish, operate, and maintain one or more expansion facilities, depending on the magnitude and circumstances of the emergency. It is intended to be a quick response solution to an emergency situation and will be temporary in nature, lasting only for the duration of the emergency. In general, the expansion facilities are grouped into two categories: Temporary Staging Facilities (TSF) and Temporary Detention Centers (TDC). The total number of detainees held at either facility will range from approximately 1,000 to a maximum of 5,000. Potential locations for either facility are anywhere in the Continental United States (CONUS) and its Territories. The TSF will serve as a secured processing center and temporary holding facility for illegal aliens awaiting transportation to more permanent INS holding facilities. The average length of a illegal alien's stay at a TSF will be between 24 and 72 hours. The TSF will be in operation for 30 to 90 days and will be configured for 24-hour per day operation, with a maximum reception capacity of 1,800 illegal aliens/day. The TDC will serve as a more permanent holding facility to which detainees will be transported subsequent to being processed at a TSF or other INS processing facility. The TDC will be in operation six months to two years. The detainee turnover rate at a TDC will be virtually non-existent, i.e., once a TDC is established, the detainee population will remain the same for the duration of its operation. By virtue of the emergency circumstances under which one or more temporary expansion facilities will be required, and the extremely short lead time allowed for establishment of the facility(ies), the ability to support a rapid response is essential to the success of the program. This rapid response will require extensive pre- planning and maintaining readiness capability during times of relative border stability, which may require advance agreement with subcontractors and material suppliers. GENERAL SCOPE: The resulting Contingency Support Contract will be comprised of three basic parts: Planning, Plan Maintenance, and Execution. During the Planning stage, the successful contractor will prepare Management Plans for specific sites and facilities identified by INS. Each Management Plan will describe, in detail, how the contractor plans to successfully execute erection and operation of the temporary expansion facility for a particular site. The plans will be reviewed by the INS, the Corps of Engineers Transatlantic Programs Center, and the Corps of Engineers District in whose area of responsibility the facility is planned to be built. During the Plan Maintenance stage of the contract, the contractor will continually monitor and periodically update completed Management Plans and may be required to participate in exercises to verify the completeness and accuracy of the Management Plans. The Execution stage of the contract may occur at any time during the five year contract duration and involves actual erection and operation of one or more temporary expansion facilities. Note that key contractor personnel may be required to hold or be able to obtain a security clearance. The maximum duration of the contract is five years; it is anticipated that the contract will be awarded with one base year with four one-year options, to be awarded at the direction of the INS. CONTRACT PROCEDURES: Both a cost proposal and a technical proposal will be required. Contract award will be based upon a Best Value analysis of all proposals including, at a minimum, the evaluation of each offeror's technical competence, past performance, understanding of the scope of the project, and cost realism. Complete evaluation criteria and order of precedence will be conveyed within the RFP. This contract will likely utilize a Cost Plus Award Fee format. The estimated value for the Planning and Plan Maintenance stages is between $1,000,000 and $5,000,000. The rough order of magnitude estimated cost for erecting and operating one TSF is $45,000,000. The Standard Industrial Code (SIC) is 8742; business size standard is $5,000,000. Tentative schedule for this acquisition is as follows: Draft RFP issued to industry 26 Apr 99; presolicitation conference 7 & 8 Jun 99; issue RFP 29 Jun 99; proposal closing date 26 Aug 99; contract award 11 Nov 99. Draft RFP will be issued in printed form only; the RFP tentatively schedule for issue on 29 Jun 99 will be made available to interested parties in Compact Disc (CD-ROM) format only. Full details concerning the presolicitation conference will be conveyed separately and within the RFP. Interested firms must submit the following information in writing: Firm's complete name and address; telephone and fax numbers; point of contact with E-mail address; Dun & Bradstreet and CAGE identifying numbers; business size/socioeconomic classification; a very brief description of the services routinely provided by your company; and interest in performing as the prime contractor or a subcontractor. Responses should be made to the attention of Ms. Theresa Lynne Taylor, Directorate of Contracting/CETAC-PD-CT-L, Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450; Fax No. (540)665-4041; E-mail: lynne.taylor@usace.army.mil. Telephonic responses are not acceptable.***** Posted 04/01/99 (A-SN315569). (0091)

Loren Data Corp. http://www.ld.com (SYN# 0068 19990405\R-0002.SOL)


R - Professional, Administrative and Management Support Services Index Page