MODIFICATION
S -- Advanced Contract Initiative (ACI) Regional Contracts for Debris Management Services (RCDMS) DRAFT PWS - Package #1 - Automated Debris Management Systems (ADMS)
- Notice Date
- 9/26/2018
- Notice Type
- Modification/Amendment
- NAICS
- 562119
— Other Waste Collection
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Rock Island, Clock Tower Building, Attn: CEMVR-CT, PO Box 2004, Rock Island, Illinois, 61204-2004, United States
- ZIP Code
- 61204-2004
- Solicitation Number
- W912EK18R0022
- Archive Date
- 8/3/2018
- Point of Contact
- Sally A. Duncan, Phone: 3097945250
- E-Mail Address
-
sally.a.duncan@usace.army.mil
(sally.a.duncan@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Automated Debris Management System (ADMS) THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government and respondents will not be entitled to payment of direct or indirect cost incurred in responding to this RFI. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The U.S. Army Corps of Engineers (USACE), Mississippi Valley Division, Rock Island District, is conducting market research for the purpose of assessing quality control processes and methods of determining amounts of debris hauled and managed, including traditional methods and new technologies. The method of determining a truck load of debris is subjective. The USACE is interested in technology that will provide a more definitive measure of debris amounts. Information provided in response to this RFI will be used to assess new technologies available for determining amounts of debris removal. This RFI is a request for interested parties to describe their debris removal calculation technical capabilities and demonstrated tools, processes, and reporting capabilities. All interested contractors are requested to provide written response to the questions below. Requested Information The Government welcomes industry comments, questions and suggestions that will aid it in understanding industry capabilities, developing its acquisition strategy and finalizing the Performance Work Statement (PWS). One of the principal outcomes of this RFI will be to ensure that alternate approaches that may reduce cost and risk are considered in the follow-on procurement. The Government may therefore utilize the information provided to refine its PWS to maximize viable debris removal calculation alternatives. It is not the Government's intent to disclose vendor proprietary information and trade secrets to the public. The information submitted by vendors responding to this RFI may be used by the Government in preparing its RFP and finalizing the PWS, provided this can be done without disclosing proprietary vendor information that is protected from disclosure pursuant to the Freedom of Information Act and other laws and regulations. The attached Automated Debris Management System (ADMS) provides the current specifications for automated debris management systems and includes the minimum requirements for quality control and measurement/payment of debris management. 1. Provide a brief overview of the recommended commercially available solutions. 2. Describe any technical issues or challenges of implementing available solutions. 3. Describe the use of third-party hardware, software, and services to support the solution. 4. Provide a Rough Order of Magnitude for the recommended solution. Identify the cost drivers. Include the initial (non-recurring costs), recurring costs, and government staffing time required to manage the recommended solution. Industry comments are welcome to improve or enhance the current ADMS specification. Or, comments may include alternative approaches to improve quality control and measurement/payment of debris. Although this RFI requests specific information, it is not intended to discourage innovative thinking on the part of industry to propose alternative solutions or approaches that the Government may not have considered. Vendors responding should provide a point-of-contact, including: representative's name, email address, mailing address, and telephone number. Respondents shall include the following information in their submissions: Name of Company Cage Code and DUNS Number Address Point of Contact/Company Representative Phone Number/Email Address Response Format Please submit one (1) electronic Adobe Acrobat Portable Document File (PDF) format, formatted for 8.5" by 11" sheets, single-spaced. All documents submitted (including charts and graphs) should be limited to no more than ten (10) pages. Delivery Requirements The Government requests all electronic responses be by 2:00 PM CST, on October 19, 2018 to the Contracting Officer to the email addressed listed below. Sally.a.duncan@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK18R0022/listing.html)
- Record
- SN05107059-W 20180928/180926231449-40cccd5250fbad74b3a267e1502890dd (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 |