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