Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2014 FBO #4673
SOLICITATION NOTICE

R -- Follow-On Integration and Permitting Support for the Explosive Destruction System (EDS) Site at Pueblo Chemical Depot, FY 2015-2019

Notice Date
9/8/2014
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J14R0170
 
Response Due
11/14/2014
 
Archive Date
12/14/2014
 
Point of Contact
Brandon McKinnis, (309)782-7763
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(brandon.e.mckinnis.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Department of Defense (DOD) has tasked the Assembled Chemical Weapons Alternatives (ACWA) team to look at ways to quote mark bridge the destruction gap quote mark between the time that the Chemical Materials Activity's facilities complete their mission in the 2012 timeframe, and the start of Pueblo Chemical Agent-Destruction Pilot Plant (PCAPP) operations in late 2014. As part of that challenge, ACWA is also looking at ways to ensure that there is no break in destruction operations between the completion of PCAPP's mission in 2017 and the start of Blue Grass operations in 2018. ACWA plans to use a commercial Explosive Destruction Technology (EDT), which uses explosive charges or heat to destroy chemical weapons, to destroy the 538 permitted ( quote mark over packed quote mark or quote mark leaker quote mark ) munitions, selected energetic material, and any other munitions that prove difficult to process during plant operations. In order to bridge the destruction gap, ACWA has requested the support of the Chemical Materiels Activity (CMA) and their Explosive Destruction System (EDS). Under this plan, a CMA/PCD mission--separate from PCAPP--will use the EDS beginning in 2014 to destroy the 538 permitted munitions and miscellaneous items. After completion of this first phase of destruction activities, three additional destruction operations will occur. These distinct operations will be separated by periods of non-operational activity that will require the contractor to update documents and ensure timely closure of the site. To continue this support for July 2015 through July 2019, solicitation W52P1J-14-R-0170 will be issued containing the following objectives: -Project Management and Program Support. -Integration Support. - Logistics Support. - Engineering Services. - Operations Support. -Environmental Support. - Safety Support. - Interim and Final Closure Reporting.. The noted solicitation is anticipated to be issued, via the Government-wide Point of Entry (GPE), on or after 30 Sep 2014; 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 forty-five (45) days from the solicitation issuance date. All comments and/or questions regarding the solicitation shall be submitted within seven (7) working days from the solicitation issuance date, as delineated in the solicitation. The government will provide answers within five (5) working days to any industry's comments and/or questions and/or amendments to the solicitation via the same electronic means. A pre-proposal conference is currently not planned for this acquisition. The Government acquisition strategy is to issue a competitive, best value request for proposal (RFP), resulting 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 Fiscal Years (FY) 2015-2019, is anticipated. The RFP will contain the basic contract terms, an umbrella SOW, and a master deliverable list along with the first 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. The anticipated basic contract type will be setup for award with cost-plus-fixed-fee (CPFF) task orders. When awarded, the tasks will be funded with applicable R&D funds, subject to funding availability. The ordering period is for 5 years, with an option to extend 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. These negotiations will primarily be two-year periods of performance. Each task order will be supported by its own Independent Government Cost Estimate (IGCE) based on the specific task requirements. The Government intends to make one award for the requirements outlined in the draft 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 participation 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 15 July 2015. 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 participation. The point of contract for this solicitation is Mr. Brandon McKinnis, Army Contracting Command - Rock Island, Chemical Demilitarization Division, Rock Island, IL. His phone number is 309-782-7763; his email is brandon.e.mckinnis.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/141a66251e46cafb7cc6dcced8de028f)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03501102-W 20140910/140909022847-141a66251e46cafb7cc6dcced8de028f (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.