Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 5,1999 PSA#2339

Commanding 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