Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 12,2000 PSA#2619

311th 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