Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOURCES SOUGHT

13 -- Explosive Ordinance Disposal Services

Notice Date
1/13/2021 2:39:01 PM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
W6QM MICC-FDO FT HOOD FORT HOOD TX 76544-5025 USA
 
ZIP Code
76544-5025
 
Solicitation Number
UXO-EOD
 
Response Due
1/22/2021 3:00:00 PM
 
Archive Date
02/06/2021
 
Point of Contact
Elesha Gentry, Phone: 5756781215, Victoria Cueto, Phone: 5756782850
 
E-Mail Address
elesha.j.gentry.civ@mail.mil, victoria.a.cueto.civ@mail.mil
(elesha.j.gentry.civ@mail.mil, victoria.a.cueto.civ@mail.mil)
 
Description
SOURCES SOUGHT SYNOPSIS for WSTC UXO/EOD SERVICES Classification Code (FSC):� 1385 NAICS Code: 562910 Brief Description: SOURCES SOUGHT NOTICE/ INVITATION FOR INDUSTRY COMMENTS FOR WSTC UXO/EOD SERVICES Address: Mission and Installation Contracting Command White Sands Missile Range, NM 88002-5158 The Government is only conducting market research and attaining information to identify contractors that are able to provide the service listed below. All information provided is STRICTLY VOLUNTARY. The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement in all socioeconomic categories. Business Development Program are highly encouraged to identify capabilities in meeting the requirements. This is NOT a request for quote, invitation for bids, or request for proposals. NO solicitation document is currently available. WSMR Contracting Office is NOT seeking or accepting unsolicited proposals. This notice does NOT constitute a commitment by the Government. The Government will NOT pay for any information received or costs incurred in preparing the response to the survey. Any costs associated with this survey response submittals are solely at the interested parties' expense. Not responding to this RFI does not preclude participation in any future solicitations, if issued. If a solicitation is issued, it will be synopsized on the Beta SAM website. It is the responsibility of any potential offeror to monitor Beta SAM for additional information pertaining to this requirement. The expected NAICS code is 562910 UXO/EOD Services, with a size standard of $22.0M as measured by total revenues. The requirement is presently being fulfilled through current contract # W91151-17-D-0005. The anticipated period of performance is one base year of 12 months, and four 12-month option periods. Attached is the DRAFT Performance Work Statement (PWS). Requirement Scope:�� The work to be performed under this contract consists of furnishing all tools, labor, supervision, transportation, materials, supplies, and equipment, unless specified as government furnished, to perform all work in connection with implementing the range residue, recovery, range clearance and mission support for explosive ordnance at White Sands Missile Range (WSMR), New Mexico. The work includes explosive materials and component identification, explosive free certification, blow-in-place procedures for range clearance, daily mission support, and the segregation of explosive components from range residue and the demilitarization and recycling of same.� Example of debris include military munitions, commercial explosive products and devices, rockets and missiles including propellants and warheads, missile payloads and components, soldier training support, bomb drops, manned and drone target aircraft and missiles. The work under this contract must abide by regulations including Department of Defense (DoD) and Army regulations, Occupational Safety and Health (OSHA), Environmental Protection Agency (EPA), Department of Transportation (DOT) and local, State regulations and permits. REQUESTED INFORMATION: Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status/business size. What is your firm's classification NAICS Code for the required action? Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangements that will be pursued, if any. If an IDIQ contract format, could you provide fixed prices on a per year basis for the next five years?� What contract types would your business recommend for the anticipated services described in the Performance Work Statement (PWS) (i.e. requirements Contract, IDIQ Contract, etc.)? Include rationale for the contract type suggested. Please describe what tasks your company would need to accomplish during a phase-in period in order to commence full performance based on the required work? How long would you recommend as a phase-in period? Please identify other Government Agencies or private businesses for whom you have performed similar work in the past. What contract vehicle(s) were utilized for those contracts? Please provide contract numbers and Government POC's. What problems did you encounter while performing similar work on past contracts? List lessons learned and best business practices established. If awarded a contract, how many calendar days following an award would it take your firm to begin providing the services? What evaluation criteria would your company recommend to discriminate a competent contractor in a lowest price, technically acceptable environment? Please provide recommendations and examples that were successfully used that are similar to the required work. Are there any standard financing requirements traditionally utilized to support the requirements of the required work? What are the cost driving factors for this type of a service? What methods and metrics for contract surveillance would represent the best indicators of performance for the tasks in the draft PWS? What facility capabilities do you feel are required to successfully perform the requirements of the required work? How would your company ensure quality assurance for the required work? Does your company currently possess the capabilities to perform all of the tasking for the required work internally?� If not, what areas would require expertise from outside the company and how would it be accomplished (i.e. teaming arrangements, subcontracting, etc)? Provide information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Include information to assist in determining if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. Identify how the Army can best structure this requirement to facilitate competition by and among small business concerns. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Mr. Scott Kukus, at scott.d.kukus.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Include recommendations to improve the approach/specifications/draft Performance Work Statement for performing the contemplated services? Identify any laws or regulations that may be unique to the requirement. What CLIN structure do you recommend for this requirement? Please provide any general questions or clarifications in regards to the work outlined. CAPIBILITY QUESTIONS 1. ��Has your company provided inert certifications for the movement of range debris from Material Potentially Presenting an Explosive Hazard to scrap metal? 2. ��Has your company performed scrap metal sales for range debris on an active range? 3. ��Is your company knowledgeable in the military munitions rule? 4. ��What is the safety rating of your company OSHA Total Case Incident Rate? 5.� Are your employees certified in hazardous waste operations per OSHA Regulation 29 CFR 1910.120? 6.� Does your company currently hold a TS facilities clearance? 7.� Has your company provided EOD/ UXO support to RDT&E operations for DOD? 8.� Does your company have experience in remediation of sub-munition/ cluster munition ranges? 9.� Does your company have experience with render safe/ disposal procedures for experimental ordnance? 10.� Does your company have experience conducting ordnance excavation operations and to what depths? 11.� Does your company have experience with UAS/ aerial drone targets safe procedures and scrapping/ disposal of components? The information obtained from this Sources Sought will be utilized as market research for consideration in development of the Acquisition Plan for this requirement. Any answers to questions or clarifications required will be taken into consideration in the development of the solicitation. Interested sources shall provide all feedback in writing NLT 4:00 p.m. MST, 22 January 2021. �Provide responses in writing to Elesha Gentry,Contracting Officer, elesha.j.gentry.civ@mail.mil, Victoria Cueto, Contracting Specialist, victoria.a.cueto.civ@mail.mil Please title your email as follows: RFI Response to WSTC EOD/UXO Services; (Your Company�s Name).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ee9c9ca44200432188b00778b5b163cb/view)
 
Place of Performance
Address: White Sands Missile Range, NM 88002, USA
Zip Code: 88002
Country: USA
 
Record
SN05891667-F 20210115/210113230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.