SOURCES SOUGHT
R -- US Army Chemical Materials Activity (CMA) Recovered Chemical Materiel Directorate (RCMD) Mission Support Contract
- Notice Date
- 2/8/2016
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911SR) Edgewood, E4455 LIETZAN ROAD, Aberdeen Proving Ground, Maryland, 21010-5424, United States
- ZIP Code
- 21010-5424
- Solicitation Number
- W911SR16RRCMDSPT
- Archive Date
- 3/23/2016
- Point of Contact
- Elaine S. Millard, Phone: 4104368612, Theodore M. Kunzog, Phone: 4104362449
- E-Mail Address
-
elaine.s.millard.civ@mail.mil, theodore.m.kunzog.civ@mail.mil
(elaine.s.millard.civ@mail.mil, theodore.m.kunzog.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army CMA RCMD provides centralized management to the U.S. Department of Defense (DoD) for the response to Recovered Chemical Warfare Materiel (RCWM), including RCWM assessment and destruction, in a safe, environmentally sound and cost-effective manner, while complying with the Chemical Weapons Convention. The RCMD organic Government staff are the project engineers who require integrated contractual support across inter-related projects as delineated below. Accordingly, the RCMD is seeking a single qualified source to provide turn-key support for its mission in the following critical areas which are essential to providing an integrated response to chemical weapons and materiel recovered in the United States and its territories: 1. Programmatic support requiring a non-disclosure firewall and including: a. Scheduling and budgetary planning including preparation of the key governmental budgetary documents such as, but not limited to, the POE, BES, POM. b. Meeting, Briefing, and Schedule Development support at both the programmatic and individual project levels. c. Funds execution support requiring Army Funded Position analysis, monthly execution review support, GFEBS support, trend, impact, ‘what if' and sensitivity analyses. d. Project support to include project reviews, in process reviews, action tracking and project plan development e. Administrative support on site at Aberdeen Proving Ground-South (APG-S) 2. Direct mission support for the recovery, assessment, transport, storage and destruction of RCWM including: a. Preparation of risk assessments and other documentation related to the recovery and transport of RCWM to safe storage. b. Preparation of environmental permitting documentation related to storage and treatment of RCWM. c. Conduct of downwind hazard modeling and preparation of site safety plans for destruction system deployment. One site safety person required full time at APG-EA. d. Preparation of all required operational documentation to include contingency plans, decontamination plans, monitoring plans, quality assurance plans, sampling and analysis plans, and others. e. On-site data collection during chemical weapons destruction operations. f. Maintenance of data collection equipment. g. Public affairs support during all mission activities, with special emphasis on the permitting and deployment phases of operations. h. Knowledge Management support across all mission activities to capture and share institutional knowledge and lessons learned 3. Program administration for maintaining historical records via electronic database including updates necessary to maintain web access by authorized users. 4. Support for on-going research and development (R&D) efforts and/or novel approaches to the destruction equipment technologies and treatment efficacy. One technical expert in the area of chemical weapons treatment chemistry is required full time at APG-S. 5. Development of standing operating procedures (SOPs) and Maintenance Procedures and control of those documents via management of change techniques. The Government anticipates award of an Indefinite Delivery Indefinite Quantity (IDIQ) contract with an estimated period of performance of five (5) years. The proposed North American Industry Classification System (NAICS) code for this acquisition is 541690. This is a Sources Sought notice only. NO contract award will be made from this publication. The response shall be limited to twenty (20) pages (8.5 inches by 11 inches) of English text. Any proprietary data that is intended only for evaluation purposes by the Government must be identified and appropriately marked. See Federal Acquisition Regulation (FAR) 3.104-4. The respondent must also identify all technical data contained in the white paper that is to be treated by the Government as subject to restrictive markings. In the absence of such identification, the Government will assume to have unlimited rights to all technical data in the submittal. If qualified and interested, please submit a capability statement from your company, providing the name of a point of contact, telephone number with area code, and e-mail address. The submittal shall be in Portable Document Format (PDF) or Microsoft Word Format. Electronic or hard copy submittals are acceptable. Respondents are responsible for ensuring electronic versions are virus free. Submissions are due on or before 08 March 2016, by 5:00 P.M. EST, either electronically or by hard copy. Electronically to: elaine.s.millard.civ@mail.mil Hard copy submissions should be sent to the following address: Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Edgewood Contracting Division, ATTN: CCAP-SCE (Elaine Millard) Building E-4215 Austin Road Aberdeen Proving Ground, MD 21010-5401 Respondent Information Business Name: CAGE Code: Point of Contact: Size Status(es) under this Sources Sought notice's identified size standard (SB, HUBZone SB, SDVOSB, etc): Responses which do not clearly and completely address the below series of questions will be considered as submitted for general informational purposes only, and not considered a demonstration of intent to submit a proposal to any eventual Request for Proposal (RFP). A lack of Small Business responses to this notice may be treated as evidence of disinterest/incapability of Small Businesses to submit a proposal to any eventual RFP. 1) If a different NAICS code appears more appropriate for this action, please provide the suggested code with an explanation as to why it is more appropriate. Note, your organization does not currently need to be registered under the NAICS to provide capabilities information in response to this Sources Sought notice. 2) Upon any eventual release of a Request for Proposals, is your organization's intent to issue a proposal as Prime Contractor for this effort, or as a Subcontractor? 3) For Small Business respondents with interest as a prime contractor, please estimate the maximum percentage of the overall requirement which your organization could perform with in-house resources. Consider the language at FAR Clause 52.219-14(c) -- Limitations on Subcontracting in your response. 4) If your company is planning on business arrangements with other companies, please state the process used in selecting the members. 5) If your company has performed this type of effort or similar type effort in the past, provide Contract Number, Point of Contact (POC), e-mail address, phone number, and brief description of your direct support of the effort. 6) Does your company have a Defense Contract Audit Agency (DCAA) approved accounting system? 7) Does your company have a current registration in the U.S. Government System for Award Management (SAM)?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/121e9eafbbd1ef7abb47d93136aa46bd)
- Place of Performance
- Address: Aberdeen Proving Ground, Maryland, 21010, United States
- Zip Code: 21010
- Zip Code: 21010
- Record
- SN04013859-W 20160210/160208235007-121e9eafbbd1ef7abb47d93136aa46bd (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 |