Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 16,1999 PSA#2283

U.S. ARMY CORPS OF ENGINEERS, TRANSATLANTIC PROGRAMS CENTER, P. O. BOX 2250, WINCHESTER VA 22604-1450

R -- MANAGEMENT PLANNING & LOGISTICS SUPPORT SERVICES SOL DACA78-99-R-0007 DUE 082299 POC Contract Specialist Debra S. Burgr (540) 665-3690 (Site Code DACA78) E-MAIL: Debra.S.Burgr@TAC01.usace.army.mil, Debra.S.Burgr@TAC01.usace.army.mil. The Transatlantic Programs Center (TAC), US Army Corps of Engineers, is seeking qualified large, small and small disadvantaged businesses capable of planning, erecting and operating Temporary Staging Facilities (TSFs) for the Immigration & Naturalization Service (INS). Overview: The INS's Expanded Border Control Operations Plan (EBCOP) calls for the establishment of one or more TSFs in the event of a immigration emergency. The objective of establishing a TSF is to accommodate the processing of aliens when the influx is more than can be handled by facilities currently at INS's disposal. The TSF will be used to process and temporarily house detained aliens prior to their departure to long term INS detention facilities. The TSF is intended to be temporary in nature, operating only as long as necessary to supplement INS permanent facilities. By virtue of the emergency circumstances under which a TSF will be required, and the extremely short lead time allowed for establishment of the TSF, the ability to support a rapid response is essential to the success of the program. This rapid response will require extensive pre- planning and maintaining readiness capability during times of relative border stability, which may require advance agreement with subcontractors and material suppliers. General Scope: The INS TSF program requires the planning for the erection and operation of TSFs, and at the direction of INS, the execution of the plan(s) for one or more specific locations. The planning effort will be based on the following general criteria: 1) Ten locations along the Southern border of the United States will be identified as potential sites for the TSF. Should the need arise, the contractor will be required to erect and operate up to three sites at one time. 2) Each site will accommodate up to 5,000 detainees with an intake/removal rate of 1,600 to 1,800 detainees daily, as well as provide support to approximately 1,500 contractor and U.S. Government staff personnel. 3) The anticipated maximum length of stayis 72 hours. 4) Within nine days of direction to proceed from the Contracting Officer, the contractor will be required to provide housing and associated administrative support for 3,450 detainees and within 30 days provide the TSF fully operational for 5,000 detainees. 5) The anticipated maximum duration of a TSF is ninety days. The resulting contract for TSF Contingency Planning will be comprised of three basic parts: Planning, Plan Maintenance, and Execution. The maximum duration of the contract is five years; it is anticipated that the contract will be awarded with one base year and four option years, to be awarded at the direction of the INS. During the Planning stage, the successful contractor will prepare a Management Plan for each of the ten TSF sites, in accordance with the requirements of the contract, which will include INS requirements for site prioritization. Each Management Plan will describe, in detail, how the contractor plans to successfully execute erection and operation of the TSF for a particular site. The plans will be reviewed by the INS, Transatlantic Programs Center, and the Corps of Engineers Districts which will be involved in the execution of erection. Once the Management Plans are complete and approved, the Plan Maintenance stage of the contract begins. During this stage, the contractor will update the Management Plans and may be required to participate in exercises to verify the completeness and accuracy of the Management Plans. The Execution stage of the contract may occur at any time(s) during the five year contract duration and involves actual erection and operation of one or more TSFs. CONTRACT PROCEDURES: Both a cost proposal and a technical proposal will be required. Evaluation factors will include, at a minimum, cost, past performance, experience and management/execution plans. The estimated value for the Planning and Plan Maintenance stages is between $1,000,000 and $5,000,000. The rough order of magnitude estimated cost for erecting and operating one TSF is $45,000,000. The Standard Industrial Code (SIC) is 8742; business size standard is $5,000,000. Information gathered from this synopsis will aid in determining if small business set aside is appropriate for this acquisition. Tentative schedule for this acquisition is as follows: Draft RFP issued to industry, 19 Apr 99; presolicitation conference, 17 & 18 May 99; issue RFP, 22 Jun 99; proposal closing date, 22 Aug 99; contract award, 11 Nov 99. Interested firms must submit the following information in writing (telephonic responses are not acceptable): Firm's complete name and address; telephone and fax numbers; point of contact with E-mail address; Dun & Bradstreet and CAGE identifying numbers; business size/socioeconomic classification. Requests should be made to the attention of Mrs. Debra Burgr, Directorate of Contracting/CETAC-CT-CS, Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450; Fax No. (540)665-4033; E-mail: Debra.S.Burgr@usace.army.mil.***** Posted 02/11/99 (A-SN297841). (0042)

Loren Data Corp. http://www.ld.com (SYN# 0086 19990216\R-0023.SOL)


R - Professional, Administrative and Management Support Services Index Page