Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2011 FBO #3570
SOLICITATION NOTICE

10 -- The Report for Further Development and Testing of the Transportable Detonation Chamber (TDC), TC-60.

Notice Date
9/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-11-T-0016
 
Response Due
9/13/2011
 
Archive Date
11/12/2011
 
Point of Contact
Lisa Digney, (309) 782-4946
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(lisa.m.digney.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. It is anticipated that a firm-fixed priced, sole-source delivery order will be issued for the Report for Further Development and Testing of the Transportable Detonation Chamber (TDC), TC-60. The Government intends to solicit and negotiate with only one source (CH2M Hill Demilitarization, Inc., Englewood, CO) under the authority of FAR 13.106 under FAR 13 Simplified Acquisition Procedures. The Government has determined that competition of this effort would result in substantial duplication of cost to the Government and/or unacceptable delays in fulfilling the agency's requirements. The Contractor shall provide the report in accordance with (IAW) the terms and conditions contained herein: Statement of Work (SOW): Preparation of Report for Further Development and Testing of the Transportable Detonation Chamber (TDC) TC-60 1.0 BACKGROUND and OVERALL OBJECTIVE 1.1 The TDC is a transportable system designed for the treatment of conventional munitions, energetic materials and recovered chemical munitions. For chemical agent munitions, the TDC uses donor explosive charges to detonate the munitions shell, energetic components, and chemical agent fill. The TDC system includes the detonation chamber, expansion chamber and the off gas treatment system. The system has been tested and operated in Porton Down, UK in 2005-2006, Schofield Barracks, HI in 2008, Aberdeen Proving Ground, MD in 2009-2010, and Australia in 2011. The system has demonstrated promise; however, some technical and operational issues still need to be addressed with additional testing being required on new chemical agents. The goal of the testing will be to obtain additional fielding approvals for the system. 1.2 The contractor, overall, shall submit a Report recommending efforts to improve documentation, further development and testing of the TDC to address issues, and obtain fielding approval. This Report by the contractor shall address three main areas: 1.2.1 Documentation Updates- Technical Data Package, standard operating procedures (SOP), and maintenance operation procedures (MOP) 1.2.2 System Upgrades- The contractor shall address, propose and price upgrades to the system which the contractor believes will increase the reliability, availability, and maintainability of the system 1.2.3 Additional Testing- The contractor shall address and propose/price the following tests at J-field, Aberdeen Proving Ground 1.2.3.1 Destruction of M55 Rocket in Overpack 1.2.3.2 Throughput test of 10 rounds per day of 105mm projectiles or 4.2" mortar filled with HD 1.2.3.3 Destruction Test of 155mm projectiles packaged in prop charge cans to determine the capacity of the system This Report shall be the primary deliverable under this SOW. 2.0 REFERENCES AND APPLICABLE DOCUMENTS 2.1 "Operational System Requirements for On-Site Destruction of Chemical Warfare Materiel Recovered During Environmental Restoration Activities" dated 20 September 2002, Memorandum from the Office of the Assistant Secretary Installations and Environment. 2.2 The Army Safety Program, AR 385-10, 23 August 2007 (or latest version at time of award). 2.3 Toxic Chemical Agent Safety Standards, DA PAM 385-61, 17 December 2008 (or latest version at time of award). 2.4 PM NSCM Configuration Management Plan, Revision 3, May 2004 (or latest version at time of award). 2.5 System Requirements Document dated 15 Sep 2006. 2.6 Physical Configuration Audit Report No. A09-04 of CH2M Hill Inc. Transportable Detonation Chamber (TDC) at Aberdeen Proving Ground, CMA Occupational Health/Quality Assurance Office, 28-29 April 2009. 2.7 Test Evaluation Report (TER) for the Mustard Follow-On Operational Test and Evaluation (FOT&E) of the Transportable Chemical (TC)-60 Transportable Detonation Chamber (TDC), AMSAA Special Report No. SR-2010-19, Sept 2010. 2.8 Memorandum, Subject: Interim Guidance for Chemical Warfare Material (CWM) Responses, SAIE (ESOH), 01 Apr 2009. 3.0 REQUIREMENTS 3.1 The Contractor, as an independent contractor and not as an agent of the Government, shall be required to furnish necessary services, personnel, labor, facilities, equipment, materials, and supplies (except Government Furnished Items/Services/Information) required for this effort. 3.2 The contractor shall prepare and submit a report, recommending possible future work relating to the further development/improvement/testing of the TDC. The Government does not guarantee that the recommendations in the report will be funded subsequently and awarded. In addition to the report, a briefing package outlining the findings in the report shall also be prepared and submitted by the contractor. The report and briefing package shall be divided into three phases, and each shall be priced separately with costs broken into the following categories: 3.2.1 Phase 1, Documentation Updates. This phase shall be a proposal by the contractor to remedy the issues identified in the Physical Configuration Audit (Para 2.6) and the AMSAA Report (Para 2.7). Specifically the following items shall be addressed by the contractor: 3.2.1.1 Technical Data Package. Update the existing As-Built drawings, parts lists, Process and Instrumentation Diagrams and other documentation to reflect the current (or proposed) system. 3.2.1.2 SOPs and MOPs. Update the existing SOPs and MOPs to include spare parts lists for deployments, and comprehensive assembly/disassembly instructions for the system. Updates shall include the latest explosive design for the destruction of munitions packaged in overpacks. 3.2.1.3 Basis of Design for Detonation Chamber. The contractor shall address and propose a technical analysis and/or modeling approach necessary to determine the adequacy of the TDC Detonation Chamber design, estimated remaining life, and inspection procedures. 3.2.2 Phase 2, System Upgrades. The contractor shall recommend improvements to the current TDC system. The recommended improvements shall include design, documentation, fabrication and verification testing costs as applicable to ensure that the upgrades are mature and ready for subsequent Follow-On Test and Evaluation (FOT&E). Upgrades may include parts replacement or other maintenance on the system. All, some, or none of the upgrades may be implemented by the Government and/or contractor. The proposed upgrades would be implemented and documented in accordance with the contractor's Configuration Control System. The contractor shall prioritize the upgrades in their Report by ranking them numerically by necessity. 3.2.3 Phase 3, Additional Testing. The contractor shall address and provide a proposal for additional testing of the TDC. The proposal shall price the following to be provided by the contractor: a. leasing TDC process equipment b. leasing support equipment c. process spare parts for field maintenance d. explosives and detonators in accordance with Alcohol, Tobacco, Firearms, and Explosives (ATF&E) license requirements e. process consumables (alkaline dry absorbent, chiller water chemicals, carbon, hangers, firing system plugs, pea gravel, sand, propane, and oxygen) f. on-site consultation for operations g. on-site consultation for explosive handling and assembly h. accounting records and accountability for the explosives (reference subpara d above) in accordance with ATF&E license requirements i. assist with the decontamination of the TDC at the conclusion of each agent operation The proposed testing shall consist of the below three phases. In addition to equipment, the contractor shall provide the levels of on-site support, documentation support and explosives support necessary to complete the test. Prior to finalizing the test plan, PM NSCM and CH2M HILL will develop and agree to the specific test objectives, evaluation criteria, and monitoring metrics for each test phase. 3.2.3.1 105mm or 4.2" Throughput FOT&E. The contractor shall price the testing of three consecutive days of HD mustard operations at 105mm or 4.2" mortar projectile quantities plus one workup day. The proposal shall be priced to assume that the system will destroy 10 rounds per operating day and the contractor shall provide the containers for the HD. 3.2.3.2 155mm Throughput FOT&E. The contractor shall price the testing of three consecutive days of HD mustard operations at 155mm quantities plus one workup day. The proposal shall be priced to assume that the system will destroy 10 items per operating day. The final test objective will be determined after completing the effort described in 3.2.1.3. The contractor shall provide the containers for the HD which will be packaged in Government supplied 155mm prop charge can overpacks. The contractor shall include the decontamination of the system of mustard at the conclusion of this phase. 3.2.3.3 M55 Rocket. The contractor shall price the testing of the destruction of Nerve agent (GB) in the TDC. Quantities shall be equivalent to an M55 Rocket (10.7 lbs). Packaging and overpackaging of the Nerve agent container has not yet been determined. For pricing purposes, assume that there will be two workup shots and six nerve agent shots. The six agent shots may increase in GB quantity from shot to shot, with a minimum of the last three shots containing 10.7 lbs of GB. The testing will be followed by decontamination of the system and release back to the contractor. 3.3 Addresses. The following shall be used in electronic or postage mailing of submittals: Project Manager for Non-Stockpile Chemical Warfare Materiel ATTN: AMSCN-NS (Bill Adams) Building E4405 Aberdeen Proving Ground Edgewood Area, Maryland 21010-5424 Electronic Mail: bill.adams1@us.army.mil Army Contracting Command - Rock Island (ACC-RI) ATTN: CCRC-DB (Mr. Kevan Woodin) 1 Rock Island Arsenal Building 60, 3rd Floor, NE Rock Island, IL 61299-8000 Electronic Mail: kevan.m.woodin.civ@mail.mil 3.3.1 The contractor shall electronically submit the draft report and briefing charts within 90 days after award (DAA) to the Contracting Officer and the Contracting Officer's Representative (COR) shown in this SOW. Government comments to draft deliverables will be electronically provided within 15 days of receipt of the draft documents unless otherwise specified. The contractor shall address and incorporate the Government comments and electronically submit the final report and briefing charts within 15 days after receipt of the Government comments. Items to be delivered include: Paragraph 3.2: TDC Development Report and Briefing. Draft to be delivered 90 DAA; Final to be delivered 120 DAA. PM NSCM and ACC-RI to be provided copies. 3.4 Hazard Information. This contract does not require the contractor to handle sensitive items, chemical surety material, or biomedical material. As far as can be determined, known or suspected, carcinogens are not involved in the performance of this effort. 3.5 Period of performance. The overall period of performance of this contract shall be 120 DAA. All required activities/efforts under this order shall be completed by the contractor no later than 120 DAA. 3.6 Contract Performance and Cost Reporting: 3.6.1 On a monthly basis, the contractor shall report integrated cost and schedule status and technical performance of the work progress on this task using the CMA Programmatic Work Breakdown Structure (PWBS). If the contractor chooses to develop a contract work breakdown structure (CWBS) in the contractor's own format, these elements shall, at a minimum, map many-to-one to the CMA PWBS. 00.02.02.03.91.01.02Systems Engineering Services The contractor shall report manpower hours and breakdowns of financial data by labor, subcontracts and other. 3.6.2 The Contractor shall report performance information using the Integrated Planning and Management System (IPMS) at https://ipms.apgea.army.mil. Government will provide assistance with setting up and inputting into this system in order to comply with CMA PWBS reporting requirements. IPMS is not an invoicing program. IPMS is a project management tool used solely by CMA and PM NSCM. 3.6.3 Task Performance Schedule. The contractor shall prepare within 10 DAA a summary level schedule outlining the performance of work products under this SOW over the period of performance of the order. The schedule shall be submitted within 15 DAA by the contractor to the contracting officer and the COR shown in this Statement of Work. 4.0 Status Report The contractor shall provide electronic monthly status reports to the specified COR concerning progress, issues/problems, and spending versus budget. The first one shall be submitted by the contractor for the first full month after award. 5.0 Travel No travel is anticipated under this Statement of Work. 6.0 Government Furnished Items/Services/Information None. 7.0 Inspection and Acceptance The inspection of the contractor's efforts and deliverables under this SOW will be conducted by the Government in accordance with the applicable clause(s) contained in the subject order and with the requirements specified in this SOW. The Government's final acceptance of the required deliverable will be determined in accordance with the requirements of this SOW. Following the Government's reviews/inspection, final acceptance will be provided, in writing, by the specified COR. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation is issued as a Request for Quotation (RFQ), number W52P1J-11-T-0016. This announcement constitutes the only solicitation; a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53, dated 05 July 2011. The NAICS code for this solicitation is 339999 and the small business size standard is 500 employees. The following FAR clauses apply to this synopsis/solicitation. Suppliers may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/VFFARA.HTM: 52.232-32, Performance-Based Payments; 52.212-3, Offeror Representations and Certifications -- Commercial Items, with Alternate I; 52.212-4, Contract Terms & Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items; The following clauses listed in 52.212-5(b) and (c) are incorporated along with the required clauses listed in 52.212-5(a): 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. The following DFARS clauses apply to this solicitation. Suppliers may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/VFDFARA.HTM: 252.232-7010, Levies on Contract Payments 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; The following clauses listed in 252.212-7001 are incorporated: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea, Alternate III. Contractors may identify their interest and capability to respond to the requirement or submit quotes. This notice of intent is not a request for quote; however, all quotes received within seven (7) working days after date of publication of this combined synopsis/solicitation will be considered by the Government. Responses or quotes must be received by the Contract Specialist, Lisa Digney at lisa.m.digney.civ@mail.mil, fax (309) 782-3695, or Army Contracting Command - Rock Island (ACC-RI), CCRC-DB, 1 Rock Island Arsenal, Bldg. 60/3/NE, Rock Island, IL 61299-8000. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/11221c55cf5327eb8f78f6e664b955a0)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02559108-W 20110903/110902102144-11221c55cf5327eb8f78f6e664b955a0 (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.