Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 3,2000 PSA#2592

Defense Threat Reduction Agency/AM, 45045 Aviation Drive, Dulles, VA 20166-7517

36 -- PORTABLE DECONTAMINATION SYSTEM SOL DTRA01-00-T-0010 DUE 061100 POC Marilyn F. Williams, Contract Specialist, marilyn.williams@dtra.mil, 1-703-325-1193; Donald L. Shires, Contracting Officer, 1-703-325-6684 This is a combined synopsis/solicitation for a decontamination system inclusive of a Portable Decontamination Shelter with all-Ancillary Installation Equipment, Site Survey, Approved Implementation Plan, Implementation, Exercise Support and Training As-Needed, Post-Event Packaging, and Program Management. The required Portable Decontamination Shelter is classified as a commercial item and, as so, this synopsis/solicitation is prepared in accordance with the format in FAR SUBPART 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Electronic proposals are being requested and a written solicitation will not be issued. The solicitation number is DTRA01-00-T-0010. This solicitation document incorporates provisions and clauses in effect through FAC-97-16. This effort is an unrestricted, full and open competitive procurement, issued under the simplified acquisition procedures. The Standard Industrial Code is 3448. The procurement shall incorporate a site visit, to be funded by the bidder, to Salt Lake City, Utah. The site visit will augment this solicitation by allowing bidders to more fully appreciate the requirement. The bidders shall (1) participate in a Site Survey in Salt Lake City, Utah to be schedule o/a 17 May 00. Notification of participation in the site survey must be received by the DTRA POC by 1600 on 11 May 00. The POC will provide site visit details upon notice of intent to attend. (2) Bidders shall demonstrate the ability to formulate a Recommended Implementation Strategy; which shall include designs for an effluent disposal system that meets EPA standards. Where possible, the decontaminating solution and resultant waste liquids must be certifiable and approved for disposal through a storm sewer drain. The bidders shall include all necessary technical and cost specifications in the proposal; and (3) implement and install the system on-site at Salt Lake City, Utah. The effort requires a full operation proof-of-product demonstration once the system is installed at the site. The task requires the DTRA Program Manager be provided with a quarterly Project Management Reports detailing progress, accomplishments, staffing changes and planned activities, format to be outlined in Award. The bidder shall demonstrate the ability to (4) Exercise Support and Training by outlining a strategy for participating in scheduled command post and field exercises. The effort requires a minimum of five training sessions between Feb 01 and Dec 01 on the use and operation of the system. The proposal shall incorporate a fixed-rate per hour cost in regards to training that shall encompass all required resources to successfully complete the training. The Operational aspects (5) shall be demonstrated by proposing an implementation plan for a decontamination system which shall include: adequate physical shelter and weather protection; be portable and meet the requirements for military transport (compact, lightweight, pallet-sized), and must allow for high victim throughput; 50-75 (max 200) people per hour is desirable. The effort requires the operations plan to be submitted with all necessary steps for the decontamination process, to include de-clothing, showering, re-clothing, and quality control. (6) From Jan 02 through Jun 02, a quick response, on an as-needed basis for operation of the decontamination system, in the event of a chemical, biological, or radiological incident is required. (7) Following the conclusion of any event, training, or demonstration, the contractor shall dismantle the decontamination system and package the system for transportation and storage. This plan shall also include details on equipment operating costs. September 00 through Dec 01 there will be one command post exercise and one field exercise. (8) The Program Management requires the ability to outline the plan of action in preparation, planning, and meeting all milestones. This will be briefed at a for a kickoff meeting to be held within 30 days after award. The bidder shall provide the level of managerial and administrative support necessary to allow for appropriate level of review and oversight, assessment, and management of the risks associated with the project, and leveraging of the work done and lessons learned to reduce all associated costs. The bidder shall formulate execute the acquiring, storing, and disseminating technical information related to this effort. Payments will be issued, upon acceptance by an authorized Government representative, of the deliverables. Contract Data Requirements List (CDRL) is as follows: Quarterly: Progress reports/updates to the electronically transferred to the requesting office; 2 months after Date After Contract (DAC): Recommended Implementation Report; 4 months after DAC: Implementation and Installation of Decontamination System; Feb 01: Operational Demonstration of the Decontamination System; Jan 02 through Jun 02; Operation of the System, as Required; 31 July 02: Final Report Submitted. The milestones for this effort are as follows: 30 DAC: Kickoff meeting; As Scheduled: Command post and/or field exercise support; As Scheduled: Personnel training on use and operation of system. The period of performance of this project is from September 2000 through June 2002. Award will be based upon technical acceptability followed by price. The determination of technical acceptability will be based upon an evaluation of the following factors; Technical Experience and Expertise-Has the bidder demonstrated the requisite technical experience and expertise necessary to properly install and operate portable decontamination shelters? Has the bidder demonstrated the requisite experience and expertise necessary to conduct simulation exercises? Has the bidder demonstrated that proposed personnel maintain the requisite knowledge and expertise required to support the effort? Has the bidder demonstrated the ability to maintain an awareness of new developments in the technical field? Technical Approach-Does the proposed technical approach properly complete the decontamination process? Does the proposed technical approach demonstrate the ability to decontaminate a minimum of 75 persons in one hour? Does the bidders' proposal provide for timely delivery and installation of the system? Past Performance-Does the offerors corporate or organizational past performance demonstrate the ability to satisfactorily complete an effort of this type? All of these factors are considered to be of equal importance and an unacceptable evaluation in any area will render the entire proposal unacceptable. Each bidders proposal shall be submitted to address all the aforementioned technical factors. The bidders price proposal shall include a fixed price for the installation of the system to include a concept of operations documentation and the proof of product demonstration. A fixed price bid for dismantling and packing the system. a fixed price per hour to conduct training and simulation exercise as well as other operational support. The resulting contract will include a specific line item for Other Direct Costs such as travel and material necessary to support the system once installed. This amount will be predefined by the Government and the contractor will be permitted to utilize these funds based upon the approval of the contracting officer. The following FAR/DFAR provisions apply; 52-212-1, Instructions to Offeror's -- Commercial Items; 52-212-2, Evaluation -- Commercial Items; 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items; Full text clauses can be accessed through http://www.arnet.gov/far. The contractor shall furnish a completed electronic copy of FAR 52.212-3, Offeror Representation and Certification Commercial Items (Items as Applicable). Electronically Transmitted Offers are due by 1600, EST, 9 June 2000 to: Marilyn F. Williams, marilyn.williams@dtra.mil, Defense Threat Reduction Agency, 45045 Aviation Road, Dulles, VA 20166-7517 Deliverables will be expected on schedule, unless otherwise agreed upon by both parties, as outlined in this solicitation. Posted 05/01/00 (W-SN449913). (0122)

Loren Data Corp. http://www.ld.com (SYN# 0160 20000503\36-0003.SOL)


36 - Special Industry Machinery Index Page