SOLICITATION NOTICE
P -- Unexploded Ordnance (UXO)/Explosive Ordnance Disposal (EOD) Support Services to White Sands Missile Range (WSMR), New Mexico - PWS
- Notice Date
- 5/17/2016
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Hood, 761st Tank Battalion Ave., Room W103, Fort Hood, Texas, 76544-5025, United States
- ZIP Code
- 76544-5025
- Solicitation Number
- W9124Q-16-R-0001
- Point of Contact
- Johanna Goodman, Phone: 2542876166, worner o. heath, Phone: 2542875730
- E-Mail Address
-
johanna.goodman.civ@mail.mil, worner.o.heath.civ@mail.mil
(johanna.goodman.civ@mail.mil, worner.o.heath.civ@mail.mil)
- Small Business Set-Aside
- HUBZone
- Description
- Performance Work Statement (PWS) for Range EOD The Department of the Army at White Sands Missile Range (WSMR), New Mexico is seeking qualified Contractors to provide for commercial item Unexploded Ordnance (UXO)/Explosive Ordnance Disposal (EOD) Support Services to White Sands Missile Range (WSMR), New Mexico, on an established/existing range. The requirement will be a firm fixed price, requirements contract, and will be issued as a competitive 100% HUBZone set aside. The North American Industry Classification System (NAICS) code for this acquisition is 541330 Engineering Services with a small business size standard of $15.0 million dollars. The anticipated performance period is for a single award two (2) year base period with three (3) x one year option periods. The period of performance will be November 1, 2016 through October 31, 2021. The requirement calls for providing non-personal services to include furnishing all tools, labor, supervision, transportation, materials, supplies, and equipment, unless specified as government furnished, to perform all work in connection with implementing the range residue, recovery, range clearance and mission support for explosive ordnance at White Sands Missile Range, New Mexico. The work includes explosive materials and component identification, explosive free certification, blow-in-place procedures for range clearance, daily mission support, and the segregation of explosive components from range residue and the demilitarization and recycling of same. Debris can be, but is not limited to, military munitions, commercial explosive products and devices, rockets and missiles including propellants and warheads, missile payloads and components, soldier training support, bomb drops, manned and drone target aircraft and missiles. The work under this contract must abide by regulations including Department of Defense (DoD) and Army regulations, Occupational Safety and Health (OSHA), Environmental Protection Agency (EPA), Department of Transportation and local and State regulations. The requirement will have a phase-in period (1 -30 November) FFP. To minimize any decreases in productivity and to prevent possible negative impacts on additional services, the Contractor shall have personnel on board during the thirty (30) day phase in period. During the phase in period, the Contractor shall become familiar with performance requirements in order to commence full performance of services on 1 December 2016. The contractor shall furnish all tools, labor, transportation, materials, supplies, and equipment unless specified as government furnished to perform all work in accordance with the attached performance work statement (PWS). On a monthly basis, the contractor shall credit the Government for the sale of scrap metal and apply that credit to the labor costs (CLIN 0002) for the following month. The Government anticipates issuing a combined synopsis solicitation as Request for Proposal (RFP), W9124Q-16-R-0001, on or about June 15, 2016 with a tentative closing date of July 15, 2016. The combined synopsis solicitation (RFP) will be available for downloading at this webpage Federal Business Opportunities (FBO) website at https://www.fbo.gov. No paper copies of the combined synopsis solicitation will be mailed and telephone requests will not be honored. Contractors must be current, active, and HUBZone Certified participants. Contractors must be registered in System for award management (SAM) webpage: https://www.sam.gov/portal/SAM. Questions regarding this synopsis may be sent to e-mail address johanna.goodman.civ@mail.mil, phone (254) 287-6166, or worner.o.heath.civ@mail.mil, phone (254) 287-5762.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/181ee02dcc81073ef805beec5470ea74)
- Place of Performance
- Address: RANGE OPERATIONS DIRECTORATE, TEDT-WSR; BLDG. 1530, White Sands Missile Range (WSMR), New Mexico, 88002, White Sands Missile Range, New Mexico, 88002, United States
- Zip Code: 88002
- Zip Code: 88002
- Record
- SN04119323-W 20160519/160517234656-181ee02dcc81073ef805beec5470ea74 (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 |