Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14, 2000 PSA #2685
SOLICITATIONS

B -- ORDNANCE AND EXPLOSIVES CONTROLLED DETONATION CHAMBER SERVICES AT SITES IN CONUS AND OCONUS

Notice Date
September 12, 2000
Contracting Office
US Army Corps of Engineers, Engineering and Support Center Huntsville, 4820 University Square, Huntsville, AL 35816-1822
ZIP Code
35816-1822
Solicitation Number
DACA87-00-Q-0106
Response Due
September 15, 2000
Point of Contact
Ms. Chun Tucker, (256) 895-1175, Contract Specialist
E-Mail Address
click here to contact the contract specialist or to (chun.tucker@hnd01.usace.army.mil)
Description
This is a combined synopsis/request for quotations (RFQ) for commercial items prepared IAW the format in FAR Subpart 13.5, and constitutes the only RFQ as supplemented with additional information included in this notice. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 99-04. SIC CODE is 8744 with a size standard of 500 employees. This contract will be a 100% small business set-aside. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source, DeMil International, Inc., 221 East Side Square, Huntsville, AL 35801, under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within four days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Background/Statement of Need/Objective. Background. This quotation is to provide Controlled Detonation Chamber Services (CDC) to support the Ordnance and Explosive Program as administered by the U. S. Army Corps of Engineers, Engineering and Support Center Huntsville at sites in CONUS and OCONUS. CDC services may occur at various Formerly Used Defense Sites (FUDS), active Department of Defense (DOD) installations, Defense sites identified under the Base Realignment and Closure Act (BRAC), property adjoining DOD installations, and other federally controlled/owned sites which have been impacted by OE operations. These sites may be located in the continental United States or worldwide. The contract will acquire the necessary services for performing CDC services of suspect OE contaminated areas. These services shall include the mobilization, operation, and demobilization of the CDC at various location to be determined. Incidental services may be required for environmental documentation and testing and analysis of filters. There is one principal mission area for CDC activities with the objective being to destroy OE items, while containing the subsequent blast wave, overpressure, and fragmentation associated with a detonation. This solicitation is planned for a single award with multiple Task Orders. The selected contractor shall have the technical capability to perform CDC activities and must have technology that is currently approved by the Department of Defense Explosive Safety Board. The contract will be an Indefinite Delivery, Indefinite Quantity, for a firm fixed priced order under FAR Subpart 16.504 with a base year plus one option year. The contract value will be $2.5M for the base year with an additional $2.5M for the option year for a total of $5M. The provision at FAR 52.212.1, Instructions to Offerors-Commercial Items (Oct 1995) applies to this acquisition. Offerors may submit their offer via mail or fax at (256) 895-1378. The provision at FAR 52.212-2, Evaluation-Commercial Items (Oct 1995) applies to this acquisition. (a) The Basis for Contract Award: The solicitation to the responsible offeror whose offer conforms to the solicitation requirements and will provide the best value to the Government considering price and past performance. The award process is as follows: (1) All responsible offers whose offer conforms to the solicitation requirements will be ranked by the quoted price from lowest to highest. (2) The Government reserves the right to award a contract to other than the lowest price offeror if that offeror is considered to be a low performance risk as described in paragraph (b) below. (3) If the offeror offering the lowest price offer is considered to be a low performance risk, this offerors quote represents the best value for this acquisition and award shall be made to this offeror. If the low offeror is not considered to be a low risk, then the second low responsible offeror will be evaluated, etc. The lowest priced, low risk, responsible offeror will receive the award. (b) Performance Risk Assessment: (1) The Government will conduct an assessment of performance risk based on the offerors recent and relevant performance. In assessing performing risk, the Government will (a) seek present and past performance information through the use of questionnaires; and (b) use data independently obtained from other Government and Commercial sources. (2) The purpose of this assessment is to identify and review relevant present and past performance and then make an overall risk assessment of the offerors ability to perform this effort. The assessment process will result in an overall risk rating of low, other than low, or not applicable (N/A)(an offeror with no past performance will receive a rating of (N/A). The risk assessment represents the Government's judgement of the probability of an offeror successfully accomplishing the proposed effort based on the offerors demonstrated present and past performance. Offerors shall provide a list of at least 2 of the most contracts for relevant services performed for the Federal Agencies and commercial customers within the last 3 years. (1) Furnish the following information for each contract: a. Company/division name, b. Service accomplished, c. Contracting Agency. D. Contract number. e. Contract dollar value, f. Period of performance, g. Name, address, FAX number, and telephone number of the Contracting Officer, h. Comments regarding compliance with contract terms and conditions, i. Comments regarding any known performance deemed not acceptable to the customer or not in accordance with contract terms and conditions. d) Offerors should submit sufficient information and in the format specified to enable the Government to fully ascertain each offerors capability to perform all the requirements contemplated by this solicitation. Offerors may be asked, at the discretion of the Government, to provide additional information for clarification. The provision at FAR 52.212-3, Offeror Representations and Certifications (Oct 1995) applies to this acquisition. A completed, signed copy of this provision shall be submitted with any quotation. The clause at FAR 52.212-4, Contract Terms and Conditions (Aug 1996), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 1996), applies to this acquisition. Under para (b), the following clauses are incorporated: 52.22.26, Equal Opportunity (Apr 1984), FAR 52.222.35, Affirmative Action for Specialized Disabled and Vietnam Era (Apr 1984), FAR 52.222-36, Affirmative Action for Handicapped Workers (Apr 1984), FAR 52.222-37, Employment Reports on Special Disabled Veterans and Vietnam Era (Jan 1988), FAR 52.225-3, Buy American Act; Supplies, (Jan 1994). The clause at FAR 52.219-6, Notice of Total Small Business Set-Aside (Apr 1994) applies to this acquisition. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (Nov 1995), is applicable to this acquisition. Offers are due by 15 September 2000 NLT 2:00 p.m., local time, by either mail or fax. This requirement is a 100% Small Business Set-Aside requirement. Simplified Acquisition Procedures will be utilized. DONOVAN CONTROLLED DETONATION CHAMBER (CDC) SERVICES .....................BASE YEAR.................................................. CLIN......SUPPLIES/SERVICES.............UNIT.....EST.QNTITY......AMOUNT......... ..........DONNOVAN CONTROLLED........Lump Sum................................... ..........DETONATION CHAMBER (CDC).............................................. ..........SERVICES.............................................................. 0001.......MOBILIZATION/DEMOBILIZATION COSTS.................................... 001A.....Donovan Controlled Detonation.......................................... .........Chamber (Each Project Location)...Each.......12........................ 0001B....Donovan Controlled Detonation.......................................... .........Chamber (Transportation per Mile).Mile.....25,000...................... 0001C....Decontamination of Donovan CD.....Each.......2......................... 0002.....BLAST CHAMBER RENTAL RATES............................................. 0002A....Donovan Controlled Detonation.......................................... .........Chamber(CDC)...................... Day........10....................... 0002B....Donovan Controlled Detonation.......................................... .........Chamber(CDC).......................Week.......77....................... 0002C....Donovan Controlled Detonation.......................................... .........Chamber(CDC).......................Month.......2....................... 0003.....EXPLOSIVES.............................................................0003A....Detonators.........................Shots....7,500...................... 0003B....Detonators Transportation..........Trips1.....12....................... 0003C....Sheets Explosive...................Shots....22,500..................... 0003D....Explosives Transportation..........Mile.....4,200...................... 0003E....Bags...............................Each.....37,500..................... 0003F....Maintenance Tools/Supplies.........Each......12........................ 0004.....TRAVEL (Per Diem, Airfare, and.....TBD................................. .........Vehicle Rental)........................................................ 0005.....PERSONNEL.............................................................. 0005A....Principal..........................Hour.......160......................0005B....Program Manager....................Hour.......336...................... 0005C....Field Office Administration........Hour.....1,677...................... 0005D....Crew Rate (Chamber Operators & ........................................ .........Safety Directors/PMs)..............Day.........40...................... 0005E....Crew Rate (Technicians)............Week.......308...................... 0005F....Crew Rate (Technicians)............Month........8...................... 0006.....MISC. EQUIPMENT....................TBD................................. 0007.....SUBCONTRACTING.....................TBD................................. Escalation Factor for Option Year 1: ___________%
Record
Loren Data Corp. 20000914/BSOL004.HTM (W-256 SN495825)

B - Special Studies and Analyses - Not R&D Index  |  Issue Index |
Created on September 12, 2000 by Loren Data Corp. -- info@ld.com