Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1999 PSA#2368

U.S. Army Industrial Operations Command, Attn: AMSIO-ACA-R, Bldg. 350, 5th Floor, Rock Island, IL 61299-6000

L -- TECHNICAL REPRESENTATIVE SERVICES SOL DAAA0999R0090 POC Kevan Woodin, Contract Specialist (309)782-3961 WEB: Click here to download a copy of the RFP, www.ioc.army.mil/ac/aais/ioc/solinfo/sow/sow.htm.. E-MAIL: Click here to contact the Contract Specialist, woodink@ioc.army.mil. PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: L -- Technical Services -- Potential Sources Sought OFFADD: U.S. Army Industrial Operations Command, Attn: AMSIO-ACE-S, Building 350, 5th Floor, Rock Island, IL 62199-6000. SUBJECT: NON-STOCKPILE SYSTEMS CONTRACT POC Contact: Contract Specialist, Kevan Woodin, 309-782-3961; Contracting Officer, James Loehrl, 309-782-7161. DESC: Solicitation DAAA09-99-R-0090 will be issued as a draft request for proposal (RFP) for the purpose of obtaining industry's review and comments to the requirements contained in the solicitation, the umbrella statement of work, and the sample task statements of work. The solicitation contains the FAR provision 52.215-3, Request for Information or Solicitation for Planning Purposes. The review period of this draft solicitation will be thirty (30) days from the issuance date; all comments and/or questions shall be submitted in writing or by E-mail to the address contained in the solicitation. The solicitation will be issued via the Internet on or about 15 Jun 99. The applicable web-site is: http://www.ioc.army.mil/ac/aais/ioc/solinfo/sow/sow.htm. The government will provide answers to industry's comments and/or questions via the same electronic means. The draft RFP anticipates award of one or more systems contract(s) based on a best value evaluation. It is anticipated that the award(s) will be an indefinite delivery/indefinite quantity task order type with a variety of contract types. The evaluation instructions and evaluation bases and criteria are contained in Sections L and M, respectively, of the draft RFP. The overall objective of this RFP and its statements of work is to establish support requirements for the Project Manager for Non-Stockpile Chemical Materiel (PMNSCM). The support requirements shall include program management and integration, equipment design, design upgrade or modification, fabrication, engineering, system development and integration, testing, system operations (Chemical Warfare Materiel (CWM) demilitarization), and former production facility decontamination and disposal. The objectives of the efforts of one or more contracts will be: 1) To destroy CWM and provide further treatment and final disposal of byproducts 2) To destroy Former Production Facilities (FPF) in a safe, environmentally sound manner, 3) Use, modify, and maintain assigned Government Furnished Property (GFP), 4) Transport CWM and hazardous waste, 5) Provide interim storage of recovered CWM as necessary, 6) Assist with the assessment of recovered munitions, 7) Implement innovative techniques or equipment design to achieve the PMNSCM mission, and 8) Develop novel systems from concept exploration through final system demilitarization to address one of the listed missions. 9) Provide fabrication and testing of equipment. 10) Provide PMNSCM support to ensure the satisfaction of international Chemical Weapons Convention (CWC) Treaty requirements. All activities conducted in the support of the Non-Stockpile Systems Contract (NSSC) shall be compliant with all applicable laws and regulations. The Contractor shall receive and temporarily store CWM items and shall be responsible for their decontamination, demilitarization, and final disposition. As part of these activities, the Contractor shall be required to use a variety of systems including the Rapid Response System (RRS), Munitions Management Devices (MMD), Explosive Destruction System (EDS), other Government-supplied or specified systems, and/or commercially available or contract-developed Government-approved systems. The contractor shall be required to destroy CWM or hazardous waste, or to transport them to another location as directed for final disposition. The Contractor shall provide design and engineering services for the development of specialized CWM handling and disposal systems and associated equipment, and shall fabricate and provide acceptance and evaluation testing services for the newly fabricated equipment. The Contractor shall provide program management of the assigned systems, projects and missions. Program management is always provided under the purview and guidance of the PMNSCM or his agent. The draft RFP contains complex requirements, extensive integration and coordination efforts, and significant environmental and safety matters. Posted 06/14/99 (W-SN342431). (0165)

Loren Data Corp. http://www.ld.com (SYN# 0072 19990616\L-0002.SOL)


L - Technical Representative Services Index Page