Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2011 FBO #3380
SOLICITATION NOTICE

10 -- Non-Stockpile Chemical Materiel (NSCM) Waste Management Support

Notice Date
2/23/2011
 
Notice Type
Presolicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-11-R-0051
 
Response Due
3/25/2011
 
Archive Date
5/24/2011
 
Point of Contact
Lisa Digney, (309) 782-4946
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(lisa.m.digney@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Office of the Project Manager for Non-Stockpile Chemical Material (PM NSCM) has the mission responsibility, as mandated by Public Law 102-484, for the disposal of all applicable chemical warfare materiel (CWM) in a safe and environmentally acceptable manner. To accomplish this mission, NSCM has developed various mobile treatment systems capable of deploying to various geographic locations for disposing of CWM items. These deployments generate waste that must be managed in accordance with (IAW) local, state, Federal, and in some instances international treaty requirements. In support of this, the long-range (Fiscal Years 2012-2016) projected secondary and neutralent wastes produced from various NSCM projects are estimated to include, but are not limited to, the following: closure of the Pine Bluff Ton Container Decontamination Facility (PBTCDF); two generic Explosive Destruction System (EDS) deployments per year, locations to be determined; two generic Single CAIS Assessment and Neutralization System (SCANS) deployments per year, locations to be determined; and establishment and operation of a field office at Redstone Arsenal (RSA), Alabama. To obtain this waste management support (WMS), solicitation W52P1J-11-R-0051 will be issued to establish and/or maintain partnership(s), as needed, with commercial Treatment, Storage, & Disposal Facilities (TSDF) for transporting, handling, and disposing of the various Non-Stockpile waste streams, with the capabilities of waste disposal by 1) using an existing non-incineration based technology, or 2) using incineration based technology. The establishment of the TSDFs partnership(s) will involve significant interface between the prospective TSDFs, the contractor, and the Government for the screening and selection of the successfully chosen TSDFs. As contained in the solicitation, the selection process will be documented and provided to the Government for its review and approval. The TSDF selection process will be based on market surveys and may include, but not be limited to, the following factors: current technical, operational, and management capabilities (including Quality Assurance/Quality Control), current permitting status/record keeping and retention, previous and current environmental compliance, financial stability, willingness to accept and process NSCM waste streams, and/or community and state public affair and outreach involvement. Each of the selected TSDFs will undergo an operational readiness evaluation conducted by the contractor and witnessed by the Government with each of the established TSDFs being subject to follow-up periodic re-evaluation(s) of its status. In addition to the partnership efforts, the contractor will be required to prepare life cycle cost and schedule planning, to identify risk areas and data gaps, and to establish one or more subcontracts for transportation, waste sampling and analysis, and/or waste disposal services. The above solicitation will be issued as an unrestricted full and open competitive, best value request for proposal (RFP) that will result in a single source indefinite-delivery, indefinite-quantity (IDIQ) contract type award, IAW FAR 16.5/DFARS 216.5, with a five-year ordering period covering the NSCM programmatic WMS for Fiscal Years (FY) 2012-2016. The RFP will contain the basic contract terms, an umbrella statement of work (SOW), and a master deliverable list along with the first twelve-month period of performance (POP) SOW. Once evaluated and a successful awardee selected, the basic IDIQ contract and task order 0001 will be awarded at the same time; the award of task order 0001 will satisfy the Government's minimum ordering liability, as contained in the basic contract. Due to the nature of the services and the uncertainty of the NSCM waste streams and project deployments/schedules, the anticipated basic contract type will be setup for awarding cost-plus-fixed-fee (CPFF) task orders. When awarded, the NSCM WMS will primarily be funded with applicable Operations & Maintenance (O&M) funding, subject to availability. There may be a limited number of special projects/task orders that may be funded with Research & Development (R&D) or Procurement (PROC) funding, as determined on a task-by-task basis. The ordering period is for 5 years, with an option to extend up to 5 more years under the authority of DFARS 217.204(e)(i). The individual POPs, SOWs, and their corresponding task orders within this ordering period will be negotiated with the contractor, as the projected NSCM waste streams and projects are better defined and estimated; these negotiations will primarily be one-year POPs. The noted RFP is anticipated to be issued, via the Government-wide Point of Entry (GPE), on or after 28 Mar 2011; no further notice will be provided by the Government on its issuance. As such, interested parties are responsible for obtaining the noted RFP issued via the GPE. The anticipated proposal preparation period for this solicitation will be ninety (90) days from the solicitation issuance date. All comments and/or questions regarding the solicitation shall be submitted within thirty (30) days from the solicitation issuance date, as delineated in the solicitation. The Government will provide answers to any industry's comments and/or questions and/or amendments to the solicitation via the same electronic means. The Government intends to make one award for the requirements outlined in the solicitation. The Government will determine which offeror can best accomplish the requirements set forth in this solicitation. In making this determination, the Government will conduct an integrated assessment to determine the best value to the Government using the criteria outlined in this document. Award will be made to the offeror, whose proposal represents the best value to the Government, considering the evaluation criteria and the requirements of the solicitation. Consequently, integration of the technical/management area, the performance risk assessment, and small business utilization evaluation with the total evaluated price could result in award to an offeror other than that with the lowest price/estimated cost; however, the Government reserves the right to make no award as a result of the solicitation if, upon evaluation, none of the proposals are deemed likely to meet the technical/management requirements at an acceptable level of risk and/or cost. Award is projected on or before 1 Mar 2012. The Government will solicit and evaluate proposals in accordance with the procedures in Section L, Instructions for Offerors, and Section M, Basis of Award, of the solicitation. Offerors will respond to the solicitation with a stand-alone proposal, including four volumes: (1) technical/management, (2) past performance, (3) cost/price information, and (4) small business utilization. A pre-proposal conference is anticipated to be held at the Pine Bluff Arsenal (PBA), AR, approximately twenty (20) days after issuance of the solicitation. In addition, a tour of the PBTCDF site will be conducted. Controlled entry into PBA will be required for the tour. Full details for the pre-proposal conference will be contained in the solicitation. The point of contact for this solicitation is Mrs. Lisa Digney, Army Contracting Command - Rock Island, Chemical Demilitarization Division, Rock Island, IL. Her phone number is 309-782-4946; her email is lisa.m.digney@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4ec561ff552bfb98cc0808a0112689c1)
 
Place of Performance
Address: Army Contracting Command - Rock Island (ACC-RI) Attn. CCRC-DB Rock Island IL
Zip Code: 61299-8000
 
Record
SN02386244-W 20110225/110223234841-4ec561ff552bfb98cc0808a0112689c1 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.