Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2016 FBO #5286
MODIFICATION

13 -- W912DY-16-R-0046 - INSTALLATION ROBOTICS - Draft PWS - Drraft PWS Equipment Listing - Questions&Inquiries

Notice Date
5/12/2016
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
Installation_Robotics
 
Archive Date
6/7/2016
 
Point of Contact
LASHONDA SMITH, Phone: 2568957795, MARVINIA ADAMS, Phone: 2568951524
 
E-Mail Address
LASHONDA.SMITH@USACE.ARMY.MIL, MARVINIA.J.ADAMS@USACE.ARMY.MIL
(LASHONDA.SMITH@USACE.ARMY.MIL, MARVINIA.J.ADAMS@USACE.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
Questions and Inquiries word document Draft Equipment Listing Section C, Description Work Statement Robotics Military Munitions Response Program and Other Explosives Related Services at Sites in CONUS and Possible Sites in Alaska, Hawaii, and U.S. Territories This is an Amendment to the original SOURCES SOUGHT announcement, dated 21 December 2015. The purpose of this amendment is to change the North American Industry Classification System (NAICS) 562910 corresponding index from (Remediation Services) to (Environmental Remediation Services), which has a Size Standard of 750 employees. This synopsis is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Previous responders are required to re-submit. All previous submissions will not be utilized to make the Governments acquisition approach determination. The Government is seeking to identify sources that can provide all personnel, equipment, supplies, facilities, tools, materials, supervision, and other items and nonpersonal services necessary to perform ordnance clearance services. The Contractor will be required to utilize existing and emerging robotics technologies to perform vegetation clearance and surface clearance to remove munitions-related items, range residues, and other metallic debris; and utilize subsurface characterization using digital geophysical instruments. The U.S. Army Engineering and Support Center, Huntsville is considering award of a single award indefinite delivery indefinite quantity (IDIQ) contract to provide ordnance clearance services where those services are performed using robotic equipment to the maximum extent reasonably possible. Manned Unexploded Ordnance (UXO) services will be required in support of the robotic operation. This work will primarily be performed in support of the construction of training ranges on active military, guard and reserve locations in the Continental United States (CONUS). Services may also be required at military installations in Alaska, Hawaii and Puerto Rico and at formerly-used defense sites where a clearance action is required. Because the primary place where the work will be performed is on active military installations, all personnel performing work on-site must be U.S. citizens with appropriate security clearances as required. The following is attached: Draft PWS Draft PWS Equipment Listing Capability Questionnaire (Microsoft Word Format) This sources sought is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute an Invitation for Bid, Request for Proposal, nor does it restrict the Government as to the ultimate acquisition approach. This sources sought is not to be construed as a commitment by the Government. Certified small businesses are encouraged to participate. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. For market research purposes only, we invite responses from large and small businesses. Interested sources should respond by indicating their ability to meet the following criteria: (a) Generalized experience with robotic systems, typically as compared to experience as the developer/marketer of a specific robotic system. (b) Prior experience and past roles in UXO clearance work. (c) Capacity to perform ordnance-related projects, understanding of Military Munitions Response Program (MMRP) requirements and experience in the execution of such work. (d) Apparent capability to manage the integration of new technologies and different systems into a unified package capable of performing primary project tasks. (e) Apparent capability to fix equipment breakdown (quick fix versus root solution to issue) less down time and number of times equipment failure and days lost due to equipment failure. (f) Ability to perform multiple task orders at the same time and/or the ability to handle the financial costs of performing multiple task orders. Responses Should Contain the Following: The firm shall confine submissions to essential matters, sufficient to define the proposal and provide adequate basis for evaluation. Firms are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each proposal. Proprietary information shall be clearly marked. SECTION 1. GENERAL - 1 Page Limit (Page Limit Includes: All appendices, charts, graphs, diagrams, tables, photographs, drawings, etc.) 1. Business Name: (Insert Business Name) 2. Business Address: (Insert Business Address) 3. Cage Code: 4. NAICS Codes: (Insert all applicable NAICS Codes) 5. Responsible Point of Contact: 6. EMAIL of Responsible Point of Contact: 7. Check All That Apply: Our firm is a ( ) 8(a) Small Business ( ) Service-disabled Veteran-owned Small Business ( ) HUBZone Small Business ( ) Small Disadvantaged Business ( ) Woman Owned ( ) Small Business ( ) Large Business SECTION 2. CONTRACTOR ARRANGEMENT - 1 Page Limit (Page Limit Includes: All appendices, charts, graphs, diagrams, tables, photographs, drawings, etc.) Our firm will be proposing on this project as a: ( ) Sole Contractor; ( ) Prime Contractor performing at least 50% of the work with subcontractor(s); ( ) Prime contractor performing at least 50% of the work with the following team member subcontractor(s) Insert business name, business size, cage code, and work which will be subcontracted); or ( ) Joint venture with (Insert business name, business size, and cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a)Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b).) SECTION 3. CAPABILITY - 10 Page Limit (Page Limit Includes: All appendices, charts, graphs, diagrams, tables, photographs, drawings, etc.) AN ANSWER OF YES OR NO IS NOT ACCEPTABLE FOR THE BELOW - ALL ANSWERS AND RESPONSES SHOULD INCLUDE A RELEVANT NARRATIVE AND EXAMPLE(s) The submitted capability shall demonstrate and consist of the Firm's technical approach for satisfying the government's requirements. The technical capability shall clearly delineate the division of performance between the prime contractor and any subcontractor(s), if applicable. The Firm's technical approach shall include: a) Relevant Experience and Performance: The Firm shall describe its relevant experience in providing services of similar scope and complexity to the requirements by providing the following information: i. Contract number of contract of similar scope and complexity ii. Current status, e.g., completed and/or, if in progress, start and estimated completion dates iii. Duration of completed services - time taken to complete iv. Dollar value and type of contract v. Description of services provided vi. Pictures - Before and After (pictures are not counted within page limit) The Following Questions/Inquiries are also ATTACHED in Microsoft Word 1. If awarded a Military Munitions Response Program (MMRP), Conventional Munitions and/or Chemical Warfare Material (CWM), Other Munitions Related Services (OMRS), and Robotic contract, the maximum capacity our firm can adequately perform for any single task/delivery order is $ ____________ 2. If awarded a Military Munitions Response Program (MMRP), Conventional Munitions and/or Chemical Warfare Material (CWM), Other Munitions Related Services (OMRS), and Robotic contract, the maximum aggregate contract capacity our firm can adequately perform is $ ____________ 3. Our firm is capable of performing/delivering (please select one) ____ 1 order, ____ 2‐5 orders, ____ 6‐10 orders, ____ 11‐15 orders, ____ 16‐20 orders, ____ 21‐30 orders, or ____ 30+ orders simultaneously. On the following contract(s)/project(s) our firm has provided services on contract/project for {insert number} orders simultaneously. Each order was valued at {insert value} respectively. 4. Has your company ever participated in ordnance clearance operations, either on an active military installation or another location? Our firm is performing, or has successfully performed ordnance clearance and/or environmental remediation and associated services for the following military commands/facilities/projects within the past five (5) years: If performance was through subcontract or joint partnership indicate the percentage of work for each partner for each element of service provided. 5. Our firm is performing, or has successfully performed range maintenance and support services within the past five (5) years: If performance was through subcontract or joint partnership indicate the percentage of work for each partner for each element of service provided. 6. Our firm has used and/or developed the following robotic system(s) or technology and/or conventional manned technologies: 7. What capabilities does your company have to manage, perform routine maintenance, or perform emergency maintenance on all equipment to include Government Furnished Equipment? How did your firm reduce down time and number of repeat equipment failures? 8. Does your firm have experience in providing and maintaining an effective quality control program? 9. Our firm has the capability to dedicate a single point of contact for each order with the following experience, expertise, security clearance, and licenses/certifications: 10. Our firm has the ability to work at locations in the United States to include Alaska, Hawaii and Puerto Rico? In the past five (5) years our firm has performed in the following locations: 11. What capability do your firm have in obtaining facility clearance(s) through SECRET for all locations identified and any future requirements? 12. Does your firm have adequate financial resources to perform this acquisition or the ability to obtain them? SUBMISSION REQUIREMENTS. Submit responses via email to Lashonda.Smith@usace.army.mil. Submission should be received NO LATER THAN: 2:00 p.m. Central Time, Monday, 23 May 2016; and should not exceed 12 one-sided, 81/2" X 11" pages. (Page Limit Includes: All appendices, charts, graphs, diagrams, tables, photographs, drawings, etc.) Computer files must be compatible with Microsoft Word 2013. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc) will not be considered. Questions concerning submissions should be directed to Lashonda Smith, Contract Specialist at 256-895-7795 (Lashonda.Smith@usace.army.mil) and Marvinia Adams, Contracting Officer at 256-895-1524 (marvinia.j.adams@usace.army.mil). Personal visits for the purpose of discussing this announcement will not be scheduled. Submit all questions or requests for clarifications in writing via Electronic Mail (e-mail) to Lashonda.Smith@usace.army.mil. All questions must be submitted NO LATER THAN 2:00 p.m. Central Time, Monday, 23 May 2016 to allow a reasonable time for the Government to respond. All questions submitted may not be answered. All prospective firms are responsible for monitoring this site for the release of all other information pertaining to this requirement and any follow-on synopsis or solicitation. Information presented is for market research purposes only. Contracting Office Address: USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301 Place of Performance: USACE HNC, Huntsville P. O. Box 1600, Huntsville, AL 35807-4301 US Point of Contact(s): Marvinia Adams, 256-895-1524 USACE HNC, Huntsville LaShonda Smith, 256-895-7795 USACE HNC, Huntsville
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/Installation_Robotics/listing.html)
 
Record
SN04114857-W 20160514/160512234456-18fa9b9c88c4640f61a2c418756d8f2e (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.