SOLICITATION NOTICE
R -- Provide assistance to USACE in the area of evaluation of technological approaches to CWM response at formerly used defense sites (FUDS), and reporting community acceptance of, or concerns with these approaches.
- Notice Date
- 5/12/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-06-Q-0047
- Response Due
- 5/16/2006
- Archive Date
- 7/15/2006
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation to establish a Commercial Purchase Order for one year, not to exceed $50,000.00 for commercial engineering consulting services that will require a contractor to perform evaluation of technical approaches to Ch emical Warfare Materiel (CWM) responses at FUDS, and issues to report describing community acceptance and concerns, and is prepared in accordance with the format in FAR Subpart 12.6 for commercial services. This announcement constitutes the only solicitat ion; proposals are being requested and a written solicitation will not be issued. The Request for Quote is W912DY-06-Q-0047. Quotes are due 16 May 2006, 11:00 a.m. CST. The solicitation document and incorporated provision and clauses are those in effect t hrough Federal Acquisition Circular (FAC) 01-26. The applicable North America Industry Classification System (NAICS) Code is 541620, and the business size standard is 6.0 Million. STATEMENT OF WORK COMMUNITY ACCEPTANCE EVALUATION CHEMICAL WARFARE MATERIEL REMEDIAL TECHNOLOGY 25 April 2006 1. BACKGROUND. The US Army Corps of Engineers manages munitions responses (e.g., detection, recovery, and disposal of unexploded ordnance (UXO), discarded military munitions (DMM), and munitions constituents (MC) at formerly used defense sites (FUDS) across the U.S. A subset of FUDS are known or suspected to contain munitions containing chemical agent (CA), and/or CA in other than munitions configurations (e.g., glass vials) often referred to as Chemical Agent Identification Sets (CAIS). Collectively, this material is referred to as Chemical Warfare Materiel (CWM. Munitions responses designed to address the explosive and CA hazards associated with CWM at these CWM sites must be conducted per applicable laws and regulations, including CERCLA and the National Contingency Plan (NCP). An important aspect the NCP is meaningful community involvement during the decision-making process. As part of that process, the U.S. Army Engineering and Support Center, Huntsville (U.S. Army Corps of Engineers) is evaluating potential community accept ance of various approaches to the disposal of various categories of CWM. This study is programmatic in nature, and not linked to any specific FUDS that is a CWM site. 2. OBJECTIVE. The objective of this Statement of Work (SOW) is for the Contractor to evaluate currently existing technological approaches to CWM response at FUDS, and issue a report describing community acceptance of, or concerns with, these approaches. This evaluatio n is to focus on CWM (i.e., munitions with CA fills and CWM containers) that present explosive or CA hazards. It will not address response technologies to address either environmental hazards associated with CA-contaminated environmental media, where the CA does not present such hazards, or CA degradation by-products. 3. SPECIFIC REQUIREMENTS. 3.1 (Task 1) Technology Identification. This is a firm fixed-price task. The Contractor shall, at a minimum, identify and describe technologies or approaches that may reasonably be considered by DoD for use during CWM responses at FUDS CWM sites. T hese technologies will include, but may not be limited to the below. " On-Site Destruction using the Explosives Disposal System (EDS), Rapid Response System (RRS), and/or Single CAIS Agent Neutralization System (SCANS) " On-Site Destruction using controlled detonation technology " Off-Site Destruction in existing chemical demilitarization destruction facilities " Off-Site Destruction in Commercial Hazardous Waste Incineration Facilities " LITANS (drill and drain) " In-Place Open Detonation of items deemed too hazardous to move by EOD. " Use of VCS versus evacuation of persons in populated areas. 3.2. (Task 2) Evaluate Community Acceptance. This is a firm fixed-price task. The contractor shall identify and evaluate likely community acceptance or concerns associated with each of th e technological approaches identified under Task 1. For this study Community Acceptance is defined using the NCP's nine alternative analysis criteria (see 300 CFR 430). The Contractor shall not attempt to link use of any specific technology with any s pecific current or future CWM site, but may elect to evaluate overall community acceptance, partially as a function of demographic variables that may change from CWM site to CWM site. 3.3. (Task 3) Chemical Agent Identification Set Sites. This is a firm fixed-price task. The Contractor shall evaluate community/regulatory acceptance of using an education program as the sole response at locations where Chemical Agent Identification S ets (CAIS) were shipped for use in training, but none have been found. The assumption for this study is that all CAIS shipped to such locations were, as designed, expended in training. (Note: There is no technology available to detect glass vials associa ted with CAIS that may remain, and there are no known or suspected CAIS burial sites.) 3.4. (Task 4) Prepare Report. This is a firm fixed-price task. The Contractor shall prepare and submit a report that fully documents the findings of the study required by this SOW. The report shall include text, tables, photographs, and figures as ne cessary. In addition, the Contractor shall make any presentation of the draft-final report in Huntsville, Alabama in support of this task order (TO). 4. SCHEDULE AND SUBMITTALS 4.1. Format and Content of Reports. The contractor shall submit reports that are formatted per DID MR-010. (However, the Chapter contents of this DID do not apply to the documents required under this TO.) 4.2. Review Comments. Various reviewers will have the opportunity to review submittals made by the Contractor under this TO. The Contractor shall review all comments received through the USAESCH PM and evaluate their appropriateness based upon their mer it and the requirements of the SOW. The Contractor shall provide written response to each comment. 4.3. Correspondence. The Contractor shall keep a record of each phone conversation and written correspondence affecting decisions relating to the performance of this TO. A summary of the phone conversations and written correspondence shall be submitted with the monthly progress report to the Contracting Officer. 4.4. Schedule and Submittals. The Contractor shall submit all deliverable data to the Contracting Officer and other reviewers shown in Section 4.5 per 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. The schedule is as follows: Schedule Element Date Notice to proceed (NTP) tbd Submit draft report (Digital Only, No Paper Submittal) 120 days after Notice to Proceed. Submit draft-final report 30 days after receiving comments on Draft report. Submit final report 30 days after receiving comments on draft-final report. Monthly Reports (To Contracting Officer plus copy furnished to Mr. Roger Young/Betina Johnson) Monthly, NLT the 10th calendar day of the following month. The overall completion date 270 Days after NTP. 4.5. Contract Deliverables. The contractor shall furnish copies of the 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. ADDRESS QUANTITY U.S. Army Engineering and Support Center. Electronic submission of draft document. (Hard-copies copies of draft document 8 each; with 25 hard-copies of final document. CEHNC-ED-SY-T (Roger Young) P.O. Box 1600 Huntsville, Alabama 35807-4301 4.6. Digital Copies. In addition to the paper copies required for submission, the contractor shall submit 25 copies of the final document, in Adobe .pdf format on CD-ROM or DVD. 4.7. Contract DIDs. The following DIDs have submission requirements that may be applicable to this SOW. The DIDs are available on the USAESCH Web Page at http://www.hnd.usace.army.mil/oew/MRxxxDIDs2.asp Table 2- Data Item Description Index Number Date Applicable to this SOW Title MR-045 current Yes Report/Minutes, Record of Meetings MR-055 current Yes Telephone Conservation/Correspondence Records MR-080 current Yes Monthly Status Report 5. PUBLIC AFFAIRS. The Contractor shall not make available or publicly disclose any data generated or reviewed under this TO or any subcontract unless specifically authorized by the Contracting Officer. When approached by any person or entity requesting information about t he subject of this TO, the Contractor shall defer to the PAO for response. All reports and data generated under this TO are the sole property of the DoD which has unlimited rights regarding its use. Distribution to any other source by the Contractor is p rohibited unless authorized by the Contracting Officer. Quote Evaluation: The Government will evaluate all quotes to be qualified for award as follows: If it is determined in the best interest of the Government. The government will review each quote submitted in response to this solicitation and make award to that offeror, whose quote, conforming to the solicitation and evaluation criteria represents the best value to the Government. The Government will evaluate all quotes to be qualified for award based on the following evaluation factors: technical capability , experience/past performance, and price. These items are of equal value. The contractor must meet all (100%) of the standards for each item and factors to be reviewed by showing knowledge and experience that reflects that knowledge. These items and fac tors are the minimum standards necessary to successfully complete the work in this contract. The following capabilities and experience are to be demonstrated in quotes and will be evaluated equally as USAESCH is seeking a firm with direct, recent, relevant experience and capabilities in the following areas: (1) Community outreach/public involvement at CERCLA Military Munitions Response sites, including FUDS; (2) Community outreach/public involvement at CERCLA CWM sites; (3) Participation in Restoration Advisory Boards at CERCLA Military Munitions Response Sites; (4) Independent evaluation of technologies that may reasonably be evaluated for use for destruction of non-stockpile CWM; (5) Knowledge of federal and state law and regulation regarding on-site and off-site destruction of non-stockpile CWM (6) Knowledge of military policies and procedures for recovering, storing and disposing of non-stockpile CWM; (7) Preparation of independent analysis and reports documenting technology evaluation. It should be noted that USAESCH is seeking a firm able to provide support in most or all of the above listed areas. USAESCH is not seeking information firms capable of providing support services in only a few of the above listed areas. Firms with capabilities in most or all of the above listed areas are encouraged to submit information documenting their firms capabilities, experience and office location (s) The Government will evaluate quotes for both amount of experience with similar contracts and quality of performance. Period of performance is anticipated to be for one (1) year and approximately $50,000.00. The anticipated contract vehicle will be a comme rcial purchase order. Price Proposal: Offeror shall provide costs for the following CLIN: CLIN 0001-Lump Sum- Total all Task-FFP-Provide all necessary management, personnel, materials, transportation, supplies, and equipment for community acceptance evalu ation as required in all tasks under paragraph 3.0 of the statement of work and in strict accordance with the terms, conditions, and provisions contained herein. SUBCLIN 0001AA-Task 1-Technology Identification-FFP-Provide all necessary management, personne l, mate rials, transportation, supplies, and equipment for support to as required in individual task orders in strict accordance with the terms, conditions, and provisions contained herein. SUBCLIN 0001AB- Task 2-Evaluate Community Acceptance-FFP- The contractor s hall identify and evaluate likely community acceptance or concerns associated with each of the technological approaches identified under Task 1 in strict accordance with the terms, conditions, and provisions contained herein. SUBCLIN 0001AC-TASK 3-Chemica l Agent Identification Set Sites- FFP- The Contractor shall evaluate community/regulatory acceptance of using an education program as the sole response at locations where Chemical Agent Identification Sets (CAIS) were shipped for use in training, but none have been found. The assumption for this study is that all CAIS shipped to such locations were, as designed, expended in training. (Note: There is no technology available to detect glass vials associated with CAIS that may remain, and there are no known or suspected CAIS burial sites). SUBCLIN 0001AD-TASK 4-Prepare Report- FFP- The Contractor shall prepare and submit a report that fully documents the findings of the study required by this SOW. The report shall include text, tables, photographs, and figur es as necessary. In addition, the Contractor shall make any presentation of the draft-final report in Huntsville, Alabama in support of this purchase order. Submission of Offers: Any quote not providing or meeting the minimum skill, education and experience requirements, or evidencing conformance to the solicitation requirements, shall be determined unacceptable and will not be considered for award. Price ev aluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the offeror understands of the work and ability to perform the contract Award of this purchase order is subject to the availability of funds. The Government reserves the right to make an award without discussions. The following FAR clauses and provisions apply to this RFP: FAR 52.202-1 Definitions, 52.212-1-Instuction to Offerors, 52.204-6 -- Data Universal Numbering System (DUNS) Number, 52.204-7 Central Contractor Registration, 52.204-8 Annual Representations a nd Certifications, 52.212-3 Offeror Representations and Certification-Commercial Items (Jan 2005), FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003); FAR clause 52.2 12-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this RFQ and the following clauses cited in the clause apply: 52.203-6, Alternate 1, Restrictions on Subcontractor Sales to the Government (Oct 1995); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Lab or (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126) (Jun 2004); 52.222-21, Prohibition of Segregated Faciliti es (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Apr 2002); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212) (Dec 2001); 52.232-33, Payments by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), clause 52.232 -18 Availability of Funds (Apr 1984), provision 52.233-2, Service of Protest (Aug 1996), clause 52.233-3, Protest After Award (Aug 1996); clause 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); clause 52.243-1, Changes -Fixed Price, Alt 1 (Apr 1984); provision 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); clause 52.252-2, Clauses Incorporated by Reference ( Feb 1998); provision 52.252-5, Authorized Deviations in Provisions (Apr 1984); clause 52.252-6, Authorized Deviations in Clauses (Apr 1984); clause 252.232-7003, Electronic Submission of Payment Requests (Jan 2004); and clause 252.243-7001, Pricing of cont ract modifications. Offerors must submit the following to be considered for award: 1) a completed copy of FAR clause 52.212-3, Representation and Certifications, Commercial Items (Mar 2005); 2) Offerors must submit a price and technical proposal; 3) Offero rs must submit record of past performance and experience. Mail proposals to U.S. Army Corps of Engineers Directorate of Contracting, CT-E ATTN: Angela Saville, 4820 University Square, Huntsville, AL, 35807. Copies of FAR clauses and provisions may be ac cessed via the Internet at www .arnet.gov. 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be the mo st advantageous to the Government, price and other factors considered. The Government will evaluate the submitted past performance information required by FAR provision 52.212-1 and may use information from other sources to review offerors ability to pe rform the purchase order successfully.
- Place of Performance
- Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Country: US
- Zip Code: 35807-4301
- Record
- SN01047326-W 20060514/060512220937 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |