COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22, 2001 PSA #2920
SOLICITATIONS
B -- BLAST CHAMBER OPTIMIZATION MODEL
- Notice Date
- August 20, 2001
- 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
- DACA87-01-Q-0145
- Response Due
- September 6, 2001
- Point of Contact
- Arlene Dussault, Contract Specialist, (256-895-1184) ; Lydia Tadesse, Contracting Officer, (256-895-1169)
- 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 97-27. NAICS code is 611310. The USA Corps of Engineers manages Ordnance and Explosive (OE) response on current and former military installations across the U.S. OE determined to be unsafe-to-move is typically explosively destroyed in-place. OE determined to be safe-to-move is typically recovered, stored, and explosively destroyed on-site at some later time. There is an on-going concern that such destruction of multiple OE within the environment at one location may result in soil, groundwater and air contamination, as well as producing nuisance noise, smoke and metallic fragments. Regulators and property managers have expressed a desire for Department of Defense (DoD) to develop and utilize procedures that minimize potential environmental degradation resulting from explosive destruction of safe-to-move OE. The use of portable and/or fixed-location blast chambers is one potential solution to the problem. The purpose of the model is to assist DoD to optimize the cost/schedule elements associated with the use of blast chambers. The objective of this firm-fixed price task order is for the Contractor to identify, evaluate and model the primary factors affecting the transportation and operation of blast-chambers for destruction of safe-to-move conventional OE within USEPA Region IX, excluding the Pacific Islands. The major factors within the model are expected to include, but not necessarily be limited to, the following: technical, logistical, regulatory, permitting, schedule and cost. This project is limited to the study phase. No field operations, other than limited site visits, are required or permitted under this task order. DESCRIPTION OF SERVICES-TASK 1-Model Preparation. The contractor shall develop a DoD Blast Chamber Use Optimization Model for EPA Region IX. However this model shall not address the Hawaiian or other Pacific Islands located in Region IX. As part of this Model the Contractor shall identify a list of all OE sites in the Region where safe-to-move, explosively configured items may potentially be accumulated prior to periodic explosive destruction. (Note that the Contractor shall develop this list from readily available sources such as would be available from the Internet or other public data sets.) The Contractor shall include an overview of the major technical, logistical, regulatory, permitting, schedule and cost factors that must be considered when planning the use of a portable or fixed-location blast chamber for OE destruction. When developing the model, the Contractor shall address, as a minimum, the following elements: (1)Characterize the kinds of OE that existing or currently anticipated blast chambers can safely destroy (2)Characterize typical OE generators (FUDS, BRAC, Installation Restoration, Active Ranges (3)Characterize typical OE generated by each generator, by net explosive weight (4)Identify all potential OE sites in Region IX excluding the Pacific Islands, by generator type, from existing, readily available sources (5)Identify issues associated with immediate destruction vs. long-term accumulation and periodic destruction of OE (6)Develop a model, and (using different, reasonably anticipated DoD funding levels) assist DoD planners to determine an appropriate number of blast chambers necessary to support OE operations in FY02 through FY07 (7)The Contractor may make not more than six round-trip airline flights for site visits to selected DoD, EPA & State Regulatory offices in order to gather background information necessary to define the problem and develop the model. The Contractor shall prepare and submit a document describing the work performed under this contract. The report shall be submitted IAW the instructions contained in this request for quotation (RFQ). In addition, the Contractor shall make a formal presentation of the document contents at the draft and final stages. The presentation shall be in Huntsville, Alabama. The contractor shall submit reports that describe all operations and activities in accordance with this Statement of Work. The report shall be typed on standard size, 8.5 X 11 inch, white paper. Chapters shall be numbered sequentially. Within each chapter each paragraph shall be numbered sequentially starting with the chapter number. Within each chapter any figures, tables, and charts shall be numbered sequentially starting with the chapter number. Appendices shall be lettered alphabetically and shall be identified and references within the body of the report. Within each appendix, each page shall be numbered sequentially starting with the appendix letter. Every page of the report shall contain a date footer and the task order number. The document shall be legible and suitable for reproduction. The final document shall also be provided on CD-ROM in linked-Adobe format, including table of contents, all text, drawings, maps, forms, and tables. All data including raw analytical and electronic data, generated under this task order are the property of the DoD and USAESCH has unlimited rights regarding their use. The document introduction shall bear the following statement in addition to other requirements, "The views, opinions, and/or findings contained in the report are those of the author(s) and should not be construed as an official Department of the Army position, policy, or decision, unless so designated by other documentation." Various reviewers will have the opportunity to review submittals made by the Contractor under this Contract. The Contractor shall review all comments received through the USAESCH PM and evaluate their appropriateness based upon their merit and the requirements of the SOW. The Contractor shall provide written response to each comment. The Contractor shall keep a record of each phone conversation and written correspondence affecting decisions relating to the performance of this requirement. A summary of the phone conversations and written correspondence shall be submitted with the monthly progress report to the Contracting Officer. The Contractor shall keep the Contracting Officer's on-site representative informed of day-to-day field activities occurring on site. Where Contractor activities are likely to require coordination with various other activities at the site, the Contractor shall notify the POC identified by the Contracting Officer sufficiently ahead of time to allow for coordination activities to take place. The Contractor shall submit all deliverable data to the Contracting Officer and other reviewers shown in the following schedule. All submittals shall be delivered to all addressees no later than the close of business (COB) on the day indicated in this paragraph. In addition, submittals to regulatory reviewers shall be shipped by registered mail or other method where a signed receipt is obtained indicating the date received and the individual accepting the submittal. The contractor shall furnish copies of the plans and reports as indicated to each addressee listed and in the quantities indicated. Following each submission, comments generated as a result of their review shall be incorporated by the contractor. Six (6) of each submittal, plus CD-ROM in Linked-Adobe format of final submittal will be furnished to US Army Engineering and Support Center, ATTN: CEHNC-ED-SY-T(Young), P.O. Box 1600, Huntsville, AL 35807-4301. Submittal 1, Draft Model and Report will be due 60 calendar after notice to proceed (NTP), Submittal 2, Draft Model and Rpt will be due 100 calendar days after NTP, Submittal 3, Final Model and Rpt will be due 140 calendar days after NTP, Submittal 4, Monthly Rpts will be due not later than 10th calendar day of following month. Contract Data Item Descriptions (DIDs). The following DID numbers and titles, dated March 3, 2000 have submission requirements that are applicable to this SOW: OE-015, "Accidents/Incidents Reports", OE-025, "Personnel/Work Standards", OE-030, "Site Specific Final Report",OE-045, "Report/Minutes, Record of Meetings", OE-055, "Telephone Conversation/ Correspondence Records", OE-080, "Monthly Status Report". The DIDs are available on the USAESCH Web Page at http://www.hnd.usace.army.mil/oew/policy/dids/didindx.html The Contractor shall not make available or publicly disclose any data generated or reviewed under this contract or any subcontract unless specifically authorized by the Contracting Officer. When approached by any person or entity requesting information about the subject of this contract, the Contractor shall defer to the PAO for response. Reports and data generated under this contract are the property of the Government and distribution to any other source by the Contractor is prohibited unless authorized by the Contracting Officer. The provision at FAR 52.212.1, Instructions to Offerors-Commercial Items (Oct 1995) applies to this acquisition. Quotations may be submitted via fax at (256)895-1378 to the attention of Arlene Dussault or email to arlene.Dussault@hnd01.usace.army.mil Quotations shall be priced as Firm-Fixed-Price (FFP) one job lump sum. Quotation should include pricing supporting data in enough detail to permit analysis. ALL OFFERS MUST BE RECEIVED BY THE 06th day of September 2001 to be considered timely. Minimally, offers must include the quotation number, the name, address, telephone number, facsimile number, e-mail address, if available, a point of contact, complete with official title and voice telephone number, any prompt payment discount terms. The Government intends to award a contract to the responsible offeror whose offer conforms to the Request For Quotation will be the most advantageous to the Government, price and price related factors considered. FAR Clause 52.212-4, "Contract Terms and Conditions Commercial Items (May 2001) is applicable to this requirement. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, applies to this acquisition, and specifically: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-41, Service Contract Act of 1965, As amended (41 U.S.C. 351, et. seq.); 52-222-42 Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et. seq.); 52.222-41, Service Contract Act of 1965, As amended (41 U.S.C. 351,et.seq.); 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et. seq.). Quotations must be received by 3:00 p.m. local time, 06 September 2001.
- Record
- Loren Data Corp. 20010822/BSOL006.HTM (W-232 SN50V479)
| B - Special Studies and Analyses - Not R&D Index
|
Issue Index |
Created on August 20, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|