|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 12,2000 PSA#2619311th HSW/PKV, 3207 North Road, Brooks AFB, TX 78235-5363 99 -- ENVIRONMENTAL REMEDIATION AND CONSTRUCTION SOL F41624-00-R-8039
POC Ms. Mary S. Urey, Contracting Officer, HSW/PKVCB, (210) 536-4419
Request for Information (RFI), The Contracting Officer wants to know:
The Air Force Center for Environmental Excellence (AFCEE), Brooks AFB,
Texas, is in the process of determining the acquisition strategy for
the Environmental Remediation and Construction program. The team is
soliciting your comments to the questions listed below. We would
greatly appreciate any feedback industry has to offer. This
announcement is not a formal solicitation and is not a request for
proposals. Any formal solicitation will be announced separately. This
synopsis is for information and planning purposes only and is not to be
construed as a commitment by the Government. The anticipated basic
contract statement of work (SOW) will define the scope of actions that
may be carried out under task orders at various locations (primarily
U.S. Air Force installations) worldwide. The SOW is intended to
encompass the range of proven and innovative technologies and methods
necessary to remedy, repair, alter, maintain and operate environmental
sites and related activities in accordance with technical and
regulatory requirements. We anticipate that the SOW for this effort
will be largely based on the AFCEE 1997 WorldWide Remedial Action SOW.
The 1997 SOW can be found under "What's New" on the AFCEE Homepage
(www.afcee.brooks.af.mil) and on the SARAH solicitation page
(http://sarah.brooks.af.mil). The value of this program is estimated to
be $750M. We anticipate awarding multiple IDIQ contracts using SIC Code
8744. 1. Industry input on the appropriate contract type is greatly
appreciated. Contracting methods available for use are identified in
Part 16 of the Federal Acquisition Regulation
(http://farsite.hill.af.mil) and consist of Firm Fixed Price and Cost
Reimbursement types. Please identify where you feel each type is most
appropriate and the reasoning for that preference. What risks do you
foresee regarding the various contract types? 2. How does the
marketplace generally contract for these services? What contract types
are common in the marketplace? 3. Cost Plus Award Term is the latest
federal contracting tool. This method can best be described as a
modification of the Cost Plus Award Fee concept wherein the contractor
earns an extended ordering and performance period instead of
additional fee. The process for rewarding the contractor with the
additional contract term is identical to Award Fee. Based on the
contractor's cumulative score, the contract period can be extended or
reduced. In your opinion, would this acquisition be an appropriate
application of the Award Term process? 4. What kinds of incentives will
work to motivate contractors to achieve the requirements of this
acquisition? How does your firm attract solid offerors? What incentives
does your firm use to motivate performance by your suppliers and
service providers? 5. In your opinion, is this type of work suited for
performance-based cleanup contracting? Performance work statements
structure terms of an acquisition around the desired outcomes of the
work as opposed to the manner of performance. Under what circumstances
(if any) would you prefer to have a performance-based contracting
method applied? How do you see this process working? 6. What tasks and
technologies applicable to this acquisition would you characterize as
high-risk areas? What contract types or other means might be applied
to mitigate those risks? 7. Do you have the capabilities to receive
information and respond to the government using electronic media (World
Wide Web, floppy disks or CD-ROM using standard word-processing format,
electronic mail, video conferencing, etc.)? 8. Will your proposal
include other firms as team members? How do you see teaming being used
in this acquisition? How do you see the evaluation of team members
being conducted? 9. Describe your capabilities showing successful
management of multiple concurrent task orders, over a wide geographic
area, dealing with a variety of regulators. 10. Describe your
capabilities to handle any task orders that require overseas work.
Would you be more likely to rely on team members or in-house resources
to perform overseas work? 11. Describe your capabilities to handle any
task orders that require surface detection, subsurface detection,
identification, documentation, removal, rendering inert, destruction,
materials recycling, and/or disposal of used munitions and unexploded
ordnance. Would you be more likely to rely on team members or in-house
resources to perform each of these various tasks? 12. Describe your
capabilities to handle any task orders that require repair,
construction, and/or operation and maintenance of facilities for
potable water, industrial wastewater, and municipal wastewater
treatment; solid waste collection, processing, recycling, treatment,
and/or disposal; and hazardous materials and/or hazardous waste
management. Would you be more likely to rely on team members or
in-house resources to perform each of these various tasks? 13. How does
your firm evaluate offers? Are oral presentations used? What evaluation
criteria are used? 14. Streamlining saves the government and industry
time, effort and money. How could this source selection be streamlined
and still meet the requirements of the Air Force in conducting an
agency source selection? The source selection procedure is identified
in Part 15 of the Federal Acquisition Regulation and supplements. 15.
In your opinion, would a pre-proposal conference be beneficial? If so,
why? 16. Other comments regarding the government's course of action
and/or alternatives you may offer are encouraged and appreciated. We
request that all written responses/comments be received by 4 p.m. CDT,
22 June 00. Firms responding should indicate whether they are a small
business (S), a small disadvantaged business (SDB), 8(a), or large
business (L). Responses should be addressed to 311 Human Systems
Wings/PKVCB, ATTN: Ms. Mary Urey, 3207 North Rd, Brooks AFB, TX,
78235-5363. Responses and inquiries also may be directed to the
Contracting Officer, at mary.urey@hqafcee.brooks.af.mil or
210-536-4419. Comments will be posted on the SARAH and the AFCEE
homepages.***** Posted 06/08/00 (W-SN462994). (0160) Loren Data Corp. http://www.ld.com (SYN# 0302 20000612\99-0004.SOL)
99 - Miscellaneous Index Page
|
|