Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2018 FBO #5994
MODIFICATION

13 -- OE Design Center For Robotics Services

Notice Date
4/20/2018
 
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
W912DY-16-R-0046
 
Archive Date
5/19/2018
 
Point of Contact
Kevin J. Powell, Phone: 2568951572
 
E-Mail Address
kevin.powell@usace.army.mil
(kevin.powell@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Ordnance and Explosives Design Center For Robotics Services Indefinite Delivery Contract (IDC) W912DY-16-R-0046 Document Type: Synopsis (Pre-solicitation) Solicitation Number: W912DY-16-R-0046 Posting Date: 19 April 2018 Response Date: 04 May 2018 Classification Code: 1398 Ammunition Handling and Servicing Equipment Set Aside: Total Small Business NAICS Code: 562910, Environmental Remediation Services Contracting Office Address US Army Corps of Engineers, Huntsville, P.O. Box 1600, Huntsville, AL 35807-4301 1.0 CONTRACT INFORMATION GENERAL. This is NOT A REQUEST FOR PROPOSAL. The U.S. Army Engineering and Support Center, Huntsville is soliciting proposals on a Restricted, Competitive basis for a Single Award Task Order Contract (SATOC) Indefinite Delivery/Indefinite Quantity (ID/IQ) to perform Military Munitions Response Program (MMRP) responses involving conventional munitions, Other Munitions-Related Services (OMRS) including range operations support services utilizing robotic technology and/or conventional manned technologies as necessary to permit lands to be safely and efficiently used for their intended purpose or to facilitate construction efforts. Task orders awarded on this SATOC will be firm-fixed price (FFP), cost-plus-fixed-fee, or a combination of both. The period of performance is a two year base with 3 one-year renewal options. The RFP will be available for download from www.fedbizopps.gov on or about 07 May 2018. The applicable North American Industry Classification System (NAICS) code is 562910, Environmental Remediation Services. LOCATION. This work may occur at sites located in the lands of the Contiguous United States and possible sites in Alaska, Hawaii, and US Territories. The services provided under this contract will be used in support of various Department of Defense (DoD) Commands and Installations and other federal agencies, including active DoD installations, DoD Base Realignment and Closure Act (BRAC) sites, Formerly Used Defense Sites (FUDS), other federally controlled/owned sites that have been impacted by Munitions and Explosives of Concern (MEC) and other munitions related operations and work for other U.S government agencies as applicable. The Contractor shall perform operations in MEC contaminated areas that can be performed safely utilizing robotically controlled equipment without the need for prior MEC clearance and safely locate, identify, recover, evaluate, manage, and dispose of Material Potentially Possessing an Explosive Hazard (MPPEH), MEC, Munitions Debris (MD), and Range-Related Debris (RRD) at various project sites. Work performed under this Contract may include, but not be limited to project planning; assessments; inspections; surveys; geophysical investigations; studies; cost analyses; preparation of Unified Federal Policy Quality Assurance Project Plan (UFP-QAPP)/ Accident Prevention Plan (APP) addenda; preparation of Explosive Safety Submissions (ESS), and Explosive Siting Plans (ESP); public involvement; remedial actions; recovery, storage, and disposal of MPPEH, MEC, MD and RRD; data management; training; permitting; and logistical support. In addition, OMRS work may also include vegetation (i.e., tree, grass, and brush) clearance, construction support as defined by EM 385-1-97 with Change 1, inspection of Cultural Debris (CD) for MEC and MPPEH, range maintenance and support activities (which may include herbicide application, MEC and MPPEH removal, bulk target retrieval/deployment, construction support, etc.), and specified robotic construction activities such as earthwork (e.g., grading, etc.), trenching, utility installation, backfill and compaction, support government quality assurance operations, etc. The Contractor will support the Military Munitions Response Program (MMRP), the Hazardous, Toxic, and Radioactive Waste (HTRW) Program, cleanup of Formerly Used Defense Sites (FUDS) and Base Realignment and Closure (BRAC). The Offeror(s) must be capable of performing Conventional Munitions Responses, other munitions-related services, and Hazardous, Toxic, and Radioactive Waste (HTRW) Responses, all as necessary to permit lands and waters to be safely and efficiently used for their intended purpose, to include (but not limited to): Offerors must be able to provide all labor, materials, facilities and equipment for performance of all work identified in individual task orders; be cognizant of all applicable laws, regulations and guidance associated with the work being accomplished, and ensuring that all work activities performed by contractor personnel, sub-contractors and suppliers is executed as required by the applicable laws and regulations. SECURITY CONSIDERATIONS. When work is performed at a military installation, the Contractor shall comply with all security requirements of that installation. In accordance with Engineering Regulation, ER 380-1-18 (http://www.publications.usace.army.mil/), Section 4, foreign nationals who work on USACE contracts or task orders shall be approved by the HQUSACE Foreign Disclosure Officer or higher before beginning work on the contract/task order. This regulation includes subcontractor employees. The contractor shall submit to the Contracting office the names of all foreign nationals proposed for performance under this contract/task order, along with documentation to verify that he/she was legally admitted into the United States and has authority to work in the U.S. Additional security requirements may apply such as those required to fulfill OPORD 2013-74 (Integrating Antiterrorism (AT) and Operations Security (OPSEC) into the USACE Acquisition Process). BASIS FOR AWARD. This requirement will be competed on a restricted small business set-aside basis using the FAR Part 15 best value tradeoff method. Awards will be made on the basis of technical capability and management, technical approach to the sample task order, past performance, and price/cost. The price/cost proposal, which consists of pricing for the sample task order and pricing for the professional categories and supplemental direct and indirect rates to establish maximum ceiling rates will be used to conduct a price evaluation for the award of the IDIQ contract. The Government intends to make awards(s) without discussions; however, the Government reserves the right to hold discussions if necessary in accordance with FAR 15.306. If a competitive range is established, the Government may limit the number of proposals in the competitive range for purposes of efficiency. The Government reserves the right to make staggered awards. Later awarded contracts will have an initial period of performance that will be less than the full three year base period in duration and will end on the same date as all other contractors which receive a basic IDIQ award. The option period will be the same for all awardees, if exercised. If determined to be in the Government's interest to hold discussions, discussions may be held with Offerors remaining in the competitive range after initial awards have been made to some Offerors. After the Government individually evaluates and rates each proposal, the Source Selection Authority (SSA) will determine which proposal represents the best value. The Government reserves the right to accept other than the lowest priced offer, or to reject all offers. The Government will not award a contract to an Offeror whose proposal contains a deficiency, as defined in FAR 15.001. If there is/are lower priced, conforming offer(s), the source selection official must determine that the added value of a more expensive proposal would justify award to that Offeror. For the purpose of the best value tradeoff for the IDIQ awards, the prices for the sample task order will be used. NOTE. ALL OFFERORS SHOULD DIRECT THEIR ATTENTION TO THE LIMITATIONS ON SUBCONTRACTING CLAUSE FOUND IN FAR 52.219-14. All evaluation factors other than price/cost, when combined, are significantly more important than price/cost. The factors are as follows: Factor 1: Technical Capability and Management Factor 2: Technical Approach to the Sample Task Order Factor 3: Past Performance Factor 4: Offer, Price and Cost Factors 1 and 2 when combined are significantly more important than Factor 3. All factors will be considered in the trade-off to determine Best Value. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factors 1 and 2. A rating of no less than "Satisfactory Confidence" or "Unknown Confidence" must be achieved for Factor 3. The proposed prices in Factor 4 will be evaluated as follows: FFP elements will be evaluated for fairness and reasonableness. CPFF elements will be evaluated for fairness, reasonableness and realism. The Government will assess the capability and understanding of the Government's requirements of the offeror by reviewing the information provided by the offeror to the government in the following format: Binder 1 Volume I - Factor 1: Technical Capability and Management Tab 1 - Technical Capability Tab 2 - Organization and Management Element 1 - Quality Management/Quality Control Program and Corporate Business Practices Element 2 - Contractor Safety and Health Program Element 3 - Key Personnel and Other Resources Element 4 - Organizational Structure Volume II - Factor 2: Technical Approach to the Sample Task Order Tab 1 - Discussion of Site, Assumptions, and Required Submittals Tab 2 - Staffing Plan Tab 3 - Field Work Element 1 - Acquisition and configuration of Government Furnished Equipment (GFE) and leased equipment. Element 2 - Storage, maintenance, and transportation of GFE and leased equipment. Element 3 - Tree and other vegetation removal and control. Tab 4 - Hazards and Safety Identification Tab 5 - Performance Based Milestones and Time Schedule Tab 6 - Basis of Estimate Binder 2 Volume III - Factor 3: Past Performance Tab 1 - Past Performance Project Narratives Tab 2 - Past Performance Questionnaires (PPQs) Binder 3 Volume IV - Factor 4: Offer, Price and Cost Section I: General Information Tab 1 - SF 33 - Solicitation, Offer, and Award (Section A) with a formal stipulation as to the period of validity of the offer Tab 2 - Completed Section K (Representations and Certifications) Tab 3 - Joint-Venture/Mentor-Protégé Agreements and Approvals (if applicable) Section II: Price/Cost and related information Tab 1 - Supplies or Services and Prices/Cost Tab 2 - Supporting Documentation for Rates Tab 3 - Sample Task Order Costs and Basis of Estimate Tab 3a - Basis of Estimates for Each Proposed Subcontractor Including Prime Offeror Cost or Price Analysis to Establish the Reasonableness Proposed Subcontractor Prices. Tab 4 - DCMA ACO Data or Other Equivalent Information. SUBMISSION REQUIREMENTS. Offerors must register in the System for Award Management (SAM) at www.sam.gov prior to submission of proposals. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting this solicitation will not be honored. The solicitation will be posted to FedBizOpps at www.fedbizopps.gov, and is available to contractors without charge. Contractors can search for the solicitation by the solicitation number. Offerors can register on the FedBizOpps site for the vendor collaboration tool so that possible partnerships and subcontracting opportunities can be identified. It is the offeror's responsibility to check the internet address provided as necessary for any posted changes to this solicitation and all amendments. Point of Contacts: Kijafa T. Johnson-Cooper (Contracting Officer) Office Number: 256-895-1614 Kijafa.T.Johnson-Cooper@usace.army.mil Kevin J. Powell (Contract Specialist) Office Number: 256-895-1572 Kevin.Powell@usace.army.mil Potential firms are to post questions at www.projnet.org using bidder inquiry key: 4R7J4D-INGH6Q
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-16-R-0046/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville, Alabama, 35807-4301, United States
Zip Code: 35807-4301
 
Record
SN04896814-W 20180422/180420230822-e9f8568ca8202dabe3b8550a619a7839 (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.