|
COMMERCE BUSINESS DAILY ISSUE OF MAY 5,1999 PSA#2339Commanding Officer, NAVFACCO, Bldg 41 Code 27, NAVFACENGCOMDET-SLC,
4111 San Pedro Street, Port Hueneme, CA 93043-4410 F -- ENGINEERING AND SUPPORT SERVICES FOR THE NAVAL FACILITIES
ENGINEERING COMMAND, HEADQUARTERS, WASHINGTON, DC SOL N47408-99-R-3918
POC Kate Schimelpfening, Contract Specialist, (805) 982-2987 The Naval
Facilities Engineering Command plans to award an indefinite
delivery/indefinite quantity fixed-price task order contract for
engineering services to support current and potential future
International Military Environmental Cooperation (IMEC) Programs. The
target date for contract award is August 1, 1999, in order to provide
immediate support for the Arctic Military Environmental Cooperation
(AMEC) Program, a tri-lateral effort between the militaries of the
U.S., Norway, and Russia. AMEC Program requirements are representative
of requirements for potential similar IMEC Programs in eastern Russia
and other nations bordering the Pacific Ocean that may be undertaken
during the life of the contract. The primary U.S. AMEC goal is to
support the U.S. National Security Strategy through environmentally
safe and accountable reduction of Russian naval nuclear forces in
Northwest Russia, constructive engagement between U.S., Norwegian, and
Russian military forces, and the advancement of sustainable military
use of the Arctic region. To achieve these goals, the AMEC partners
cooperate in sharing information on the impacts of military activities
on the Arctic's environment, developing cooperative relationships
among military personnel in the participating countries, sponsoring
technical projects that assess the environmental impacts of military
activities in the Arctic region, developing action plans and
technologies for managing/preventing such impacts, providing important
technologies and equipment, and assisting the Russians in developing
the critical infrastructure to have a sustainable program to address
the environmental issues. Required support includes: (1) Program
management and administrative support, such as document, meeting,
communications and travel support for AMEC program participants from
Russia to AMEC meetings. The contractor may be required to attend
frequent meetings in the Washington DC area with little (6-8
hour)advanced notice; (2) Project implementation support, which may
necessarily include subcontracting with Russian entities for supplies
and services to be provided in Russia, which could present unique
legal, logistical, and political concerns; and (3) Technical support to
U.S. Project Officers in subject areas such as spent nuclear fuel
storage, processing and storage of liquid and solid radioactive wastes,
radiation and environmental safety, radiation and environmental
monitoring, processing and disposal of shipboard oily, hazardous, and
solid wastes, and processing of metal wastes. The contract will be
awarded for a base one-year ordering period with provisions for four
one-year optional ordering periods. The Government anticipates awarding
a single contract to the firm whose offer represents the best overall
expected value to the Government, price and other factors considered.
Proposals will consist of an offer and capability information. Offers
will consist of a completed Standard Form 33, "Solicitation, Offer, and
Award;" RFP Section B, "Supplies or Services and Prices/Costs;" a small
business/small disadvantaged business participation plan; and RFP
Section K, "Representations, Certifications and Other Statements of
Offerors." The merits of an Offer will be determined on the basis of
acceptability and proposed prices; acceptability will be determined on
an offeror's ability to meet the material terms of the solicitation.
In the interest of time and cost to all parties, the Government will
eliminate offerors whose offers are determined unacceptable or whose
prices are considered unreasonable or unrealistic. Capability
information will consist of written and oral information and will be
evaluated on the basis of experience, past performance, technical
factors and the offeror's understanding of the Government's
requirements. Experience and past performance will be evaluated based
on written information provided by offerors. Technical factors and an
offeror's understanding of the Government's requirements will be
evaluated based on oral presentations by offeror's representatives. The
Government will use the assessment of an offeror's capability to
develop a level of confidence assessment rating. Selection of the
successful contractor will be based upon the overall best value to the
Government. The draft statement of work entitled "Statement of Work
for International Military Environmental Cooperation (IMEC) Support is
expected to be available in Microsoft WORD 97 at the following
internet address on May 11, 1999:
http://gandalf.cbcph.navy.mil/navfacco/ All responsible firms capable
of providing the required support are invited to request the
solicitation. All requests must be received IN WRITING, clearly showing
the RFP No. N47408-99-R-3918, the requestors' name, address, telephone
number, point of contact, and e-mail address. Requests should be
addressed to Kate Schimelpfening, Contract Specialist, Naval Facilities
Engineering Command Contracts Office, Seabee Logistic Center (Code 81),
4111 San Pedro Street, Port Hueneme, CA 94043-4410. FAXed requests are
acceptable at (805) 982-3015 OR (805) 982-4540. We will NOT verify
receipt of FAXes by telephone nor by return FAXes. FAXed requests
should NOT be followed up with mailed originals. E-mail requests are
highly encouraged at the following address:
schimelpfeningka@slc.navfac.navy.mil. The target date for releasing the
RFP (electronically) is May 21, 1999. At this time there are no plans
to provide the RFP in hard copy via regular mail; therefore requests
that do not clearly specify an e-mail address will not be honored. No
telephone requests for the RFP will be accepted. Posted 05/03/99
(W-SN327061). (0123) Loren Data Corp. http://www.ld.com (SYN# 0031 19990505\F-0002.SOL)
F - Natural Resources and Conservation Services Index Page
|
|