|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 18,1995 PSA#1264325th Contracting Squadron/COP, 501 Illinois Ave, Ste 5, Tyndall AFB,
FL, 32403-5526 A -- US/GERMAN BIOREMEDIATION EFFORT SOL TYN 95-004. DUE 021395.
Contact Norma Myers, Contract Specialist, 904/283-8665 or Larry G.
Edwards, Contracting Officer. This notice completely replaces two
previous CDB notices, published 13 May and 26 May 94 for the Broad
Agency Announcement (BAA) identified as number TYN 94-003, US/German
Biomediation Effort. This announcement changes the scope of effort and
the proposed research site. The Technical Description in this
announcement encompasses all changes and modificatons. Proposals should
be written to address requirements only in this Technical Description.
All offerors who responded to the previous announcements shall
re-submit based on this new announcement in order to be considered.
This is a Broad Agency Announcement (BAA) identifiable as number BAA
TYN 95-004, US/German Bioremediation Effort. The Armstrong Laboratory
Environics Directorate (AL/EQ), is interested in receiving proposals
(technical and cost/price) on the research efforts described below.
Proposals submitted in response to this announcement shall reference
the BAA number identified above. Responders will ensure that the
amounts proposed will be valid for a minimum of 180 days from the date
of the proposal. Proposals may be submitted until 10 Feb 95. There
will be no formal request for proposals or other solicitations
regarding this announcement. Proposers shall be submitted with an
original plus two (2) copies. Technical proposals shall be limited to
50 double-spaced pages (12 pitch or larger type), single-sided, 8.5 by
11 inches. The page limitation includes all information, i.e. indexes,
photographs, foldouts, appendices, attachments, etc. Pages in excess of
this limitation will not be considered by the Government. Cost
proposals have no page limitations, however, offerors are requested to
keep cost proposals to 35 pages. Proposals shall be mailed to 325
CONS/COP, Attn: Norma Myers, 501 Illinois Ave, Suite 5, Tyndall AFB, FL
32403-5526, marked for BAA TYN 95-004. Requirements: Technical
Description: The purpose of this effort is to conduct a research effort
involving the bioremediaton of petroleum hydrocarbon contaminated soil
and groundwater. The U.S. Air Force has approximately 2,000 petroleum
hydrocarbon contamination sites that will require some form of cleanup
action. There are also numberous such sites at military facilities
throughout Germany and other NATO countries. Conventional treatment
options include excavation, followed by treatment or disposal, soil
vapor extraction which typically requires off-gas treatment, and
various pump-and-treat technologies (for groundwater treatment). These
methods are expensive and very energy intensive. In-situ
biotechnologies offer a large cost saving as well as the capability of
transforming the contaminants into innocuous end products. Bioventing
has proven to be an effective innovative technology for treating
petroleum hydrocarbon contaminants in the unsaturated zone. Bioventing
is the process of aerating subsurface soils, thereby stimulatin
aerobic biological activity and promoting bioremediation. This
technology is currently being tested at over 150 Air Force sites
through the on-going US Air Force Bioventing Initiative. All of these
bioventing systems are being installed, operated, and monitored in
accordance with the "Test Plan and Technical Protocol for a Field
Treatability Test for Bioventing" published by the US Air Force Center
for Environmental Excellence (NTIS #PB 93-209146). The purpose of the
effort described herein is to (1) conduct a field demonstratin of
bioventing (to include conducting the initial site characterization,
design, construction, and operation of the bioventing system;
monitoring of system performance; and final sampling and analysis); and
(2) evaluate through field sampling and modeling the effects of natural
attenuation of the accompanying groundwater contamination plume. The
monitoring, sampling, and analysis of the bioventing system will be
done in a way to achieve a rigorous mass balance for the hydrocarbon
contaminants and oxygen. these efforts will be onducted at an existing
fuel contamination site at Rhein Main Air Base, Frankfurt, Germany.
Site-specific information includes the following: contamination was
caused by a leaking diesel pipeline, contaminated soil exists mainly in
an open field (fuel tanks have been removed); depth to groundwater is
approximately 6-8 meters; very little is known at this time regarding
extend or level of contamination. Proposer should assume an area of
approximately 25 meters x 25 meters in which to conduct the bioventing
field demonstration. Proposer must be able to install an effective
free product recovery system that can easily be integrated with the
bioventing system if significant quantities of free product exist at
the site. Proposer can propose and cost the free product recovery
system as an option since the absence/presence of free product is
undetermined at this time. PROPOSAL PREPARATION: Responses submitted
shall include a proposal for technical and cost/price as follows: (a)
The Technical Proposal shall include a discussion of the nature and
scope of the research and the technical approach. Additional
information on prior work in this area, descriptions of equipment, data
facilities, and resumes of key project personnel who will be
participating in the effort should also be included as attachments to
the technical proposal and are not included in the page limit. The
company must demonstrate previous experience in laboratory and
field-scale research of in-situ bioremediation of petroleum hydrocarbon
contamination. The proposer must demonstrate the capability of putting
together a capable team of US/German scientists/engineers with the
necessary advanced degrees. Proposer must also demonstrate previous
experience in working with the German environmental regulatory agencies
and demonstrate experience in the generation of reports and documents
in both the English and German language. The technical proposal shall
include a Statement of Work (SOW) detailing the technical tasks
proposed to be accomplished which is suitable for contract
incorporation. (b) The Cost/Price Proposal requires submission of cost
or pricing data on Standard Form (SF) 1411 together with a supporting
detailed cost schedule and shall contain a per person-hour breakdown
per task. Copies of the above referenced form, e.g. SF 1411, may be
obtained from the contracting specialist cited herein. The cost of
preparing proposals in response to this announcement is not considered
an allowable direct charge to any resulting contract or any other
contract. It is however, an allowable expense to the normal bid and
proposal indirect cost in FAR 31.205-18. Offerors should apply the
restrictive notice prescribed in the provision at FAR 52.215-12,
Restriction on Disclosure and Use of Data, to trade secrets or
privileged commercial and financial information contained in their
proposals. EVALUATION CRITERIA: The selection of one or more sources
for award will be based on an evaluation of an offeror's response (both
technical and cost aspects) to determine the overall merit of the
proposal in response to the announcement. The technical aspect, which
is ranked as the first order of the priority, shall be evaluated based
on the following criteria which are of equal importance: (a) the
degree to which the proposal demonstrates the offeror's understanding
of the problem and potential solutions indicates that their research
approach will yield a suitable working system concept which will
generate desired data; (b) the offeror's understanding of the scope of
the technical effort; (c) soundness of offeror's technical approach;
(d) the availability of qualified technical personnel and their
experience with applicable technologies, (e) the offeror's past
experience with bioventing, free product recovery, and application of
natural attenuation models; and (f) organization, clarity, and
thoroughness of the proposed SOW. Cost is ranked as the second order of
priority. No other evaluation criteria will be used. The technical and
cost information will be evaluated at the same time. The Air Force
reserves the right to select for award of a contract or grant any, all,
part, or none of the proposals received. No further evaluation criteria
will be used in the source selection. Deliverable items: (a)
Contractor's Progress, Status, and Management Report (Mthly)
DI-MGMT-80227/T, (b) Funds and Manhour Expenditure Report (Mthly)
DI-FNCL-80331/T, (c) Contract Funds Status Report (Qtrly) DI-F-6004B/T,
(d) Presentation Material (As Req) DI-A-3024A, (e) Scientific and
Technical Reports DI-MISC-80711, (Draft and reproducible final, Interim
and EOC). The contractor shall be required to present two formal
briefings at the end of the effort to be held at Tyndall AFB, FL and
Rhein Main AB Germany. SIZE STATUS: The appropriate SIC code for this
acquisition is 8731 with a size standard of 500 employees. Firms
responding should indicate whether or not they are a small business,
small disadvantaged business, or a woman-owned business. AWARD
INFORMATION: While no parts of this requirement lend themselves to
being severed for set-aside to Small Businesses, Small Disadvantaged
Business, or Historically Black Colleges and Universities or Minority
Institutions (HBCU/MI), the Air Force reserves the right to consider a
small business set-aside based on responses hereto. PREFERRED TYPE OF
CONTRACT: Cost Plus Fixed Fee (CPFF). PERIOD OF PERFORMANCE: The total
length of the technical effort is estimated to be 36 months. The
contractor shall also provide for an additional 4 months for
processing/completin of the final report. GOVERNMENT FURNISHED
PROPERTY: This field demonstration will be conducted at a contamination
site on Rhein Main AB, Frankfurt, Germany. Contractor is expected to be
self sufficient at the field site. OTHER SPECIAL REQUIREMENTS: The
contractor must have facilities and staff located in the continental
United States and Germany. The contractor must ensure that at least one
of the field engineers/scientists is fluent in the German language.
NOTICE TO FOREIGN AND FOREIGN-OWNED FIRMS: Such firms are asked to
immediately notify the Air Force point cited below upon deciding to
respond to this announcement. This action is necessary to begin review
and clearance procedures. Foreign firms should be aware that
restrictions may apply which could preclude their participation.
CONTACT POINTS: Contracting questions for this BAA to 325 CONS/COP,
Attn: Norma Myers, 501 Illinois Ave, Suite 5, Tyndall AFB FL
32403-5526, Commercial (904) 283-8665. Technical questions to AL/EQW-OL
Attn: Catherine Vogel, 139 Barnes Drive, Suite 2, Tyndall AFB FL
32403-5323, Commercial (904) 283-6208. Offerors are advised that only
Contractin Officers are legally authorized to contractually bind or
otherwise commit the Government. (011) Loren Data Corp. http://www.ld.com (SYN# 0002 19950117\A-0002.SOL)
A - Research and Development Index Page
|
|