Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2006 FBO #1719
SOLICITATION NOTICE

R -- Testing Laboratories, Engineering & Technical Services

Notice Date
8/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-06-R-0019
 
Response Due
9/30/2006
 
Archive Date
11/29/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Engineering and Support Center, Huntsville has a requirement in support of the Deseret Chemical Depot (DCD) specialized chemical weapon demilitarization program to provide day-to-day support for the following three tasks: (1) On-site La boratory & Chemical Agent Monitoring Services, (2) Engineering, Environmental and Safety Services, and (3) Technical Services to include Data Acquisition, Technical Writing, and Librarian Services. For the three tasks identified, the Contractors responsi bility will include, but not be limited to, the following: (1) Task 1 - statistical analysis, plant calibrations, testing of chemical weapon agent monitoring equipment to include Continuous Emission Monitoring System (CEMS) analyzers, vacuum pumps, sequ encers and air compressors; technical monitoring (including chemical weapon agent monitoring), laboratory operations, and general chemistry operations; (2) Task 2  project management to support construction tasks, including design studies, record managem ent, cost estimates, and economic analyses; design engineering, drafting, and related technical support services in support of new construction and maintenance and repair projects; environmental and safety services to include compliance with regulations, p ermits and environmental and safety procedures; (3) Task 3 - data acquisition, technical writing, and librarian services. Deseret Chemical Depots current mission is to plan and execute the storage and destruction of chemical weapons and their secondary waste in a manner that is safe, secure, environmentally sound, protects workers and the public and also to plan and complete depot closure. A major part of this mission is compliance with regulatory and Army requirements for an environmentally safe operation. Personnel Security Investigations will be performed on all Contractor personnel. In accordance with AR 25-2 and AR 38 0-67, all contractor positions requiring access to Army Automated Information Systems (AIS) and other sensitive information shall be processed for a National Agency Check/Local Agency Check/Credit Check (NACLC). Multiple awards may be on one or more tasks or a combination of 2 to 3 tasks. A single solicitation with multiple awards is proposed for this contract; however, the Government reserves the right to award a single contract for all three tasks. The contract will be a firm-fixed price contract for a base year and four one-year options. Period of Performance will be 12 months after receipt of an award. This is a 100% small business set-aside. The North American Industry Classification System Codes for this acquisition is 541380 Testing Laborator ies. Source Selection Procedures will be in accordance with all currently applicable FAR, DFARS, AFARS, and EFARS provisions. This acquisition will be acquired in accordance with FAR Part 12  Acquisition of Commercial Items. The procurement strategy wi ll be a competitive negotiation using the source selection trade-off process in order to obtain services that offer the best value to the government. Source selection will include a page-limited written proposal and/or oral discussions upon which the fina l selections will be made. The Contractor will be selected on a competitive basis by applying meaningful and objectively rated evaluation factors stated clearly in the Source Selection Plan and the solicitation. Those factors will include past performanc e, technical and management capability, and price. The Government will consider past performance information from all relevant sources, in accordance with FAR 15.305(a)(2)(ii). The contract will be awarded to the offeror(s) who are determined to provide the best value based upon evaluation of all factors. All responsible sources may submit a proposal, which shall be considered by the agency. The intent to issue (post to the website) a Request For Proposals under Solicitation W912DY-06-R-0019 is within 1 5 days from this notice for busine sses that have the ability to meet these specific requirements. Note Number 1 applies.
 
Place of Performance
Address: Deseret Chemical Depot 11500 Stark Road Stockton UT
Zip Code: 84071
Country: US
 
Record
SN01110521-W 20060811/060809221505 (fbodaily.com)
 
Source
FedBizOpps 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.