SOURCES SOUGHT
R -- FY 20 ISN/NDF Mission Support and Specialized Technical Services
- Notice Date
- 10/14/2019
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- 19AQMM20N0003
- Point of Contact
- Joonpil Hwang, Phone: 571-345-0583
- E-Mail Address
-
hwangj2@state.gov
(hwangj2@state.gov)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought is for informational purpose only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary Not responding to this Sources Sought does not preclude participation in any future RFP, if any is issued. FAR 52.2153 Request for Information or Solicitation for Planning Purposes applies herein. The applicable North American Industry Classification System (NAICS) code to be assigned to this procurement is 541690; Other Scientific and Technical Consulting Services. The associated small business size standard is $15 million. The U.S. Department of State, Bureau oflnternational Security and Nonproliferation (ISN) is responsible for managing a broad range of U.S. nonproliferation polices, programs, agreements, and initiatives. NDF is one of twelve program offices comprising the ISN. The US Department of State, NDF, as established in 1994, leads the Department's efforts to prevent the spread of nuclear, biological, chemical, or radiological weapons of mass destruction (WMD), their delivery systems and conventional weapons. Goals and Objectives The objective of the NDF is to establish a streamlined acquisition method that would enable the purchase of supplies, services, and construction to acquire the NDF's needs promptly and immediately. To fulfill this objective, the NDF's goal is to put in place indefinite delivery indefinite quantity (IDIQ) type contracts against which task orders may be placed as the need arises to fulfill mission immediately upon notice of emerging urgent and critical situations. Pursuant to the terms of the IDIQ, task orders may be placed either orally or in writing, as appropriate, and instantaneously for immediate commencement of work. Scope Pursuant to the terms of the IDIQ, the Contractor will provide a broad array of services in support of ISNINDF efforts to assist host nations in removing, destroying, or disabling weapons of mass destruction (WMD), conventional munitions, or other dangerous materials. The services, will include, but are not necessarily limited to performance of work within the scope of the task descriptions and activities set forth below: 1. Providing immediate expert consultation services, including rapid response, short term technical market research and analysis 2. Developing detailed plans and proposals for the destruction, demilitarization, or removal of materials with complete and fully supported implementation strategies and options, budget details and time schedules as well as assisting in full scale implementation of the plan and options 3. Preparation of reports providing a comprehensive analysis of the technical approach utilized based on stockpile configuration with supporting rationale and analyses of options and strategies, including a discussion of the relative advantages and disadvantages of the options; relative cost, performance and schedule considerations; risk factors and potential mitigation strategies 4. Actual weapon systems elimination and removal 5. Performing site surveys 6. Advising u.s. Government representatives on the nature and condition of materials under consideration for site(s) locations 7. Performing inventories of designated materials 8. Preparation of detailed work plans and plan of execution for training and implementation; site specific details for the safe, secure and complete elimination and disposal of obsolete heavy munitions, including contact and transport mines, warheads from torpedoes and transport warheads 9. The availability of a cadre of capable experts who possess the expertise and knowledge of various methods that can be used to assist with the destruction or otherwise disablement of delivery systems; materials; equipment; production facilities; including a variety of mechanical, incendiary, explosive, and other techniques appropriate to the situation at hand. The Contractor must have personnel who are available immediately and who have experience working with the following systems and technologies: destruction and demilitarization of Scud, FROG, SS-21, SS-23 and similar short and intermediate range missile systems to include destruction via demolition of high explosive and cluster munition warheads, elimination of chemical and biological munitions, washout or burning of solid rocket motors, and international disposal of liquid rocket fuels for the Scud and other liquid fueled missile systems. 10. The availability of a cadre of capable experts who possess knowledge of international transport systems for physical removal of any WMD and conventional weapons from a host country is also needed. 11. The availability of a cadre of capable experts who are capable of advising on destruction of production and storage facilities for these systems. 12. The availability of a cadre of capable experts who possess the expertise to review technical data on diverse projects and provide practical advice and technical analysis to include the development of conceptual methods of elimination. Additionally, the experts must be capable of participating in any Department of State or interagency US Government meeting as a technical expert and advisor on any topic related to the destruction and elimination of chemical, biological or nuclear weapons of destruction and production facilities. 13. The flexibility and capability of a cadre of experts appropriate to the situation at hand to travel with as little as 36-48 hours' notice to countries where the U.S. Government cannot provide indemnification or guarantee legal protections; including privileges and immunities from host country civil and criminal laws, and Contractor personnel cannot be armed. 14. Providing specialized training at a location or locations to be determined for a targeted audience of officials and members of the armed forces of foreign countries on ammunition handling, packaging, transportation and disposal. Contractor must establish a tailored curriculum and provide all necessary course materials and classroom supplies in appropriate quantities. Topics could include subjects such as general workplace safety; general ordinance safety; proper munitions handling for each specific type of heavy munitions, fuze and detonator; proper heavy munitions storage principles (temporary and permanent; munitions inventory control; munitions transportation; sea mine torpedo and aircraft bomb demilitarization procedures, basic demolition procedures (both classroom and practical), and ordnance disposal training. 15. Providing oversight and technical assistance in all areas such as logistical arrangement for procurement of packing materials, method and site destination for transporting the material for a period as directed by the NDF. 16. Developing a work plan and a safety and health plan in conjunction with the foreign country's Ministry of Defense (MOD), Armed Forces and subcontractor personnel. 17. Providing an expert Explosive Ordinance Disposal Specialist (EOD) for the various projects and munitions, including the appropriate vehicles and specialized equipment such as forklifts, cranes and other lifting equipment, as appropriate for site use, including front loaders and backhoes. Additionally, contractor must provide administrative vehicles for site use training activities and operations and specialized tools that cannot be provided by the MOD. These include heavy munitions, blast mats, donor and initiating charges, provision for secure storage magazines, full protective gear and equipment such as hard hats, steel toed boots, eye protection goggles and gloves, technical publications and manuals for all on site participants. 18. Arranging for emergency medical support if not available through the MOD. 19. Preparation of disposal pits for various sites of sufficient length and depth for containment of different size heavy munitions and preparing receiving area(s) for the offloading of various heavy munitions from delivery vehicles. 20. Ensuring there is clear vegetation around munitions' sites to prevent fires and to preserve visibility for security. 21. Installation of perimeter fencing, access controls to prevent site intrusions; installation of a crew shelter and control point for all demolition fire control operations; and installation of appropriate magazine for storage of donor and initiating cartridges. 22. Providing perimeter security at disposal site(s), including fencing with lights for night security; along with electrical power and lighting for fire control, communications and other equipment in the crew shelter and a warning siren placed at the perimeter fence. 23. Clearing of the destruction site(s) of any residue, metal scrap or other hazardous materials by removing and properly disposing of upon completion of the disposal process. Period of Performance The anticipated Period of Performance of this requirement is one (1) 12 months Base Period and four (4) 12 months Option Year periods. Responses shall have the following information: 1. A cover sheet which includes (one (1) page limit): • Company Name • Address • Point of Contact • E-mail Address • Phone Number • DUNS Number • Primary Busine ss and Market Areas • Business Size and Socioeconomic Status (if applicable) 2. A substantive, focused, information paper of no more than ten(10) pages that includes: a. A detailed summary of approaches taken to meet the performance requirements of these sources sought. b. Capabilities of performing multiple elements in scope, in multiple different locations worldwide simultaneously. c. Respondent's past experience of works that are similar in size, scope, and complexity to cover all 23 elements stated in the above background and scope. 3. Relevant Project Experience (four (4) page limit): • The potential offerors need to demonstrate that they posses, within the last five years, experience similar to that described in this specified source sought category. • Experience described above needs to include the offeror's role, primary contractor or sub-contractor. Each project experience needs to include the contract number, the US Agency or private company that awarded the contract and contract monetary value. • The potential offerors need to document experience in coordinating with host nation government(s) to mitigate and solve potential issues; • Experience in importation of materials, equipment, manpower, and any other necessary resources required for in order to complete all required works; 4. Financial Capability (two (2) page limit): • Ability to provide financial capabilities that the contractor can maintain and pay materials, equipment and labors for minimum of six (6) months.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/19AQMM20N0003/listing.html)
- Place of Performance
- Address: The Government will designate the place of performance in each Task Order issued. The, place of performance for a given Task Order could be any location around the world., United States
- Record
- SN05474066-W 20191016/191014230052-3bd7d7591c6de5d55a2a6fa236e2973d (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 |