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