COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22, 2000 PSA #2753
SOLICITATIONS
Y -- MUNITIONS ASSESSMENT AND PROCESSING SYSTEM (MAPS), ABERDEEN PROVING GROUND, MD
- Notice Date
- December 20, 2000
- Contracting Office
- Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715
- ZIP Code
- 21201-1715
- Solicitation Number
- DACA31-01-R-0012
- Response Due
- April 2, 2001
- Point of Contact
- Mrs. Susan Hanle, Contract Specialist, 410-962-3204
- E-Mail Address
- Click here to contact the contract specialist (susan.l.hanle@nab02.usace.army.mil)
- Description
- THIS SOLICITATION WILL BE PROVIDED IN AN ELECTRONIC FORMAT, FREE OF CHARGE, TO ALL REGISTERED PLAN HOLDERS. THE MEDIA THROUGH WHICH THE GOVERNMENT CHOOSES TO ISSUE THIS SOLICITATION WILL BE IN EITHER; COMPACT DISK (CD) OR WEB SITE. THIS SOLICITATION WILL NOT BE ISSUED IN PAPER. CONTRACTORS MAY VIEW AND/OR DOWNLOAD SOLICITATION INFORMATION FROM THE INTERNET AT HTTP://EBS.NAB.USACE.ARMY.MIL. ALL CONTRACTORS MUST GO TO THIS WEB SITE TO REGISTER AS A PLAN HOLDER. IN ORDER TO REGISTER EACH CONTRACTOR MUST HAVE A VALID DUN & BRADSTREET NUMBER AND CAGE CODE NUMBER ASSIGNED FOR THE SPECIFIC LOCATION BEING REGISTERED AND ALSO BE REGISTERED IN THE CENTRAL CONTRACTOR DATABASE. EACH CONTRACTOR NEED ONLY REGISTER ONCE FOR EACH SOLICITATION. ONLY REGISTERED PLAN HOLDERS WILL BE PROVIDED THE SOLICTIATION. Est cost of construction is between $10,000,000.00 and $25,000,000.00. Construction duration is 480 calendar days. The MAPS is a facility for the safe accessing of range-recovered chemical munitions. Aberdeen Proving Ground (APG) has an ongoing Installation Restoration Program (IRP), which routinely recovers such munitions. The MAPS will provide a method for safely removing the chemical payload from explosively configured munitions enabling both the chemicals and explosives to be treated and disposed of safely. The MAPS will have the capability of processing several types of chemical unexploded ordnance (UXO) that are normally discovered as a result of the APG IRP and other activities such as construction and utilities installation. The MAPS facility will be located at APG in the N-Field area just south of the N-Field storage magazine. The location is near the town of Edgewood in Harford County, MD, approximately 21 miles northeast of Baltimore on the Gunpowder Peninsula. The MAPS site is on 3.76 acres and is on a previously used artillery impact range. The site will be graded/filled for rainwater run-off control and will have paved access drives, parking areas, and security fencing. The site has been initially cleared of UXO's, however, additional clearing may still be required by the excavation contractor. Existing power poles on the site will be removed and power will be run from a pole near the site using new poles to reach the primary transformer. The building housing the process and monitoring equipment covers roughly 150 feet by 100 feet. The building housing the process and monitoring equipment covers roughly 150 feet by 100 feet. The building will be built on a reinforced concrete slab with the processing area having epoxy-coated, reinforced concrete walls and concrete ceiling. The remainder of the building is structural steel construction. The building contains process vessels, glove boxes and containment chambers that are furnished by the government to be installed and fitted out by the contractor. Major systems in MAPS include stand-by power, process and environmental controls, negative pressure ventilation systems, and air monitoring equipment. The following brand name items are included in this contract: 1) Near real time chemical warfare agent monitors (MINICAMS ), quantity eighteen manufactured by O-I Analytical/CMS Field Products Group; and 2) Environmental control system (METASYS ) manufactured by Johnson Controls, Inc. Solicitation price schedule will include a base bid item and six optional items. Optional items include the purchase and installation of a Diesel Generator, set and connection to Automatic Transfer Switch; purchase and storage of the above referenced MINICAMS; purchase and installation of Negative Pressure Filter Systems; purchase and installation of all remaining equipment specified; additional commissioning as specified and four months of Systemization Support upon completion of all other work. A pre-proposal conference with site visit to follow is currently scheduled to be held at the Edgewood Area of Aberdeen Proving Ground on March 8, 2001 at 0900. Additional information will be contained in the solicitation package. This procurement is being conducted in accordance with FAR Part 15.3 Source Selection using the "best value procurement process". Proposals will be closely evaluated regarding the contractor's (and major subcontractors) experience and qualifications, technical approach, and understanding of the essential sequencing of work, schedule milestones, and overall project requirements. All responsible contractors may submit a proposal which will be considered. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal Contract. For information regarding registration contact: (1) CCR Web site at http://www.acq.osd.mil/ec; (2) Dial up modem at 614-692-6788 (User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value Added Network. To review the database, the web site is http://www.fedecnavigator.disa.mil. Additionally, a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. This procurement is UNRESTRICTED. Standard Industrial Classification Code(SIC) assigned is 1542 with a size standard of $27.5 Million. SUBCONTRACTING PLAN REQUIREMENTS: As part of the technical proposal required, each large business offeror must submit an acceptable subcontracting plan that will be evaluated. A minimum of 50% of the total planned subcontracting dollars shall be placed with small business concerns. At least 10% of the total planned subcontracting dollars shall be placed with small disadvantaged business concerns to include Historically Black Colleges and Universities/ Minority Institutions, a minimum of 8% with women owned small businesses, and a minimum of 2% with hubzone small businesses. Solicitation to be issued o/a 15 February 2000.
- Web Link
- Click here for additional information on this RFP and (HTTP://EBS.NAB.USACE.ARMY.MIL)
- Record
- Loren Data Corp. 20001222/YSOL004.HTM (W-355 SN5093H3)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on December 20, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|