Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2003 FBO #0573
SOLICITATION NOTICE

J -- Full Range of Services - The Country of Iraq

Notice Date
6/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Fort Worth - Military, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
DACA63-03-R-0021
 
Response Due
8/14/2003
 
Archive Date
10/13/2003
 
Point of Contact
Robin Revard, 817.886.1053
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth - Military
(robin.revard@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Point of Contact, Vernon Vann, 817-886-1049 One or two (2) Indefinite Delivery Indefinite Quantity (IDIQ), Cost Plus Award Fee (CPAF) Contracts that will, collectively, provide for performance of the full range of services, primarily in the country of Iraq, including but not be limited to: extingui shing oil fires; environmental assessments; environmental clean-up at oil sites; assessing the condition of all elements of the infrastructure; engineering design and construction necessary to restore the infrastructure to a safe operating condition; maint enance of oil fields, including technical assistance in the performance of reservoir management, production engineering, in-field drilling, facilities engineering, and maintenance; pipeline maintenance; maintenance of refineries; providing life support res ources and facilities for government and contractor personnel deployed in Iraq; procurement and importation of fuel products; distribution of fuel products within Iraq; technical assistance in marketing and sale/export of Iraqi crude oil and refined produc ts; technical assistance and consulting services to the Iraqi Oil Companies; support continued and additional planning; and mission integration and management. The amount of work available to be done under these contracts depends on a number of factors outside the control of the contracting office. At the moment, the best projections of the contracting office show that little work will be available for award. H owever, this projection may be affected by a number of factors outside the control of the Corps of Engineers. These factors include the possibility of additional intentional damage to the Iraqi oil infrastructure from additional looting or intentional sab otage; potential delays in receiving the funds required to execute work necessary to repair the Iraqi Oil Infrastructure under the current contract; The speed with which the Iraqi Oil Companies are able to assume complete responsibility for their own opera tions; an existing political emphasis on having Iraqi workers and companies perform as much of the work as possible; political decisions which may be made affecting the role of the Corps of Engineers, DOD, or the U.S. in the government of Iraq; and the dat e on which a functioning interim Iraqi government assumes responsibilities for these operations. Since these contracts will be available to cover any contingencies which may occur and the Corps cannot predict the future with certainty, the proposed duration for the contracts awarded will be an initial base period of 24 months with three (3) one-year o ptions for a total of not-to-exceed 60 months. Based on current information and the current extent of damages, along with our plan to use Iraq labor force and Iraq capability to the maximum extent possible, there is a possibility that work required under each of these proposed contracts will range a minimum amount of $500,000 up to not more than $500,000,000 for the life of the contract. The minimum guaranteed amount for the base period is $500,000.00. It is the governments preference to award two contracts. However, if there does not appear to be a significant amount of work available to be done under the contract at the time of award, only one contract may be awarded. If two contracts are awarded, on e will have a unique statement of work supporting the North Oil Company and the other will have a unique statement of work supporting the South Oil Company. The geographic areas of the two contracts will not overlap. This project will be advertised as UNRESTRICTED. Companies from all countries qualifying under the Trade Agreements Act and Balance of Payments Act and companies from countries not qualifying under these Acts but which are members of the Coalition are eli gible to receive an award. The solicitation requirements will include, but not limited to, the following: (1) An established and approved accounting system that is adequate for determining costs applicable to a cost-reimbursement type of contract. This system must include methods for identifying and tracking the contractors indirect cost rates, etc; and all cost elements, including, but not limited to, overhead, general and administrative, base and award fee. (2)A Management Information System for project planning and execution that provides for: (a) planning and scheduling; (b) cost estimating, budgeting and accounting; (c) quality control; (d) procurement and material management; and, (e) other reports or dat a prescribed by the Government. (3) Established and approved procurement and purchasing procedures. (4) An established and approved Contractors Property Control System. (5) Subcontracting Plan that satisfies the requirements of FAR clause 52.219-9. This is a best value negotiated acquisition. All contracts will be awarded based upon the Best Value to the Government. Procurement consideration will be given to cost, technical, schedule, and other salient factors included in the solicitation. Subcont ractors responsible for any of the identified services must be identified in the proposals and their technical capability will be considered along with the technical capability of the offerors. The basic form of the contract will be an IDIQ cost plus award fee contract. However, it is possible that some task orders will be issued on a firm fixed price basis. Funds are not presently available for this contract. The award of this contract is contingent upon the availability of funds. The North American Industrial Classification System (NAICS) code applicable to this project is 928110. Estimated issue date is 8 July 2003. Proposals will be due 14 August 2003. A pre-proposal conference, to present an overview of the requirements of the contracts and to answer questions, will be conducted on 14 July 2003. The location, time, and registration requirements can be obtained from the following website www.mhli.org. The solicitation and specifications will be placed Internet only. It is therefore the contractors responsibility to view and download this solicitation and all amendments from the Internet after solicitation issuance. Bidders should also register for this solicitation at the following Internet address: http://ebs.swf.usace.army.mil. All other offerors are encouraged to visit the Armys Single Face to Industry website at http://acquisition.army.mil/default.htm to view other business opportunities. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a government contract award. To register, the CCR Internet address is: http://ccr.dlsc.dla.mil/ccr/.
 
Place of Performance
Address: US Army Engineer District, Fort Worth - Military PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00354794-W 20030625/030623213900 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.