Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2006 FBO #1823
SOLICITATION NOTICE

99 -- Synopsis for Procurement of Explosive Destruction System (EDS) Phase 2 Series unit

Notice Date
11/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J07R0031
 
Response Due
3/31/2007
 
Archive Date
5/30/2007
 
Small Business Set-Aside
N/A
 
Description
Solicitation W52P1J-07-R-0031 will be issued as an unrestricted Request For Proposal (RFP) for the purpose of obtaining the fabrication, assembly, inspection, and testing of one (1) Explosive Destruction System (EDS) Phase 2 Series unit in support of the Non-Stockpile Chemical Materiel Program (NSCMP). The fabrication and assembly will be in accordance with the government-provided drawings/specifications contained in the EDS technical data package (TDP) while inspection, testing, and acceptance will be in accordance with the government-provided acceptance test plan. Two versions of the EDS have been developed by NSCMP: the EDS Phase 1 (P1) and the EDS Phase 2 (P2). The EDS P2 version is designed to handle chemical items with an explosive force of up to the equivalent of 4.8 pounds of TNT. Under this solicitation, t he contractor will furnish all materials (except where government-furnished) and labor for the fabrication, assembly, inspection, and testing of one (1) new EDS P2 Series. Inspection, testing, and acceptance of the unit will be in accordance with the gove rnment-provided acceptance test plan and will be conducted in two stages, at the contractors facility and then by government personnel at a government facility. The overall period of performance will be 240 days after contract award. The solicitation is anticipated to be issued, via the Governmentwide Point of Entry (GPE), in December 2006. The anticipated proposal preparation period for this solicitation will be ninety (90) days from the solicitation issuance date. All comments and/ or questions regarding the solicitation shall be submitted within thirty (30) days from the solicitation issuance date, as delineated in the solicitation. The government will provide answers to any industry's comments and/or questions and/or amendments to the solicitation via the same electronic means. The RFP will contain complex requirements, extensive integration and coordination efforts, and significant environmental and safety matters. The basis of award is anticipated to be Lowest Price Technically Acceptable to the Government. The resulting, ant icipated contract type is a firm-fixed-price. The RFP is anticipated to be structured for one award, based on a two-step, lowest price technically acceptable approach, as described below. Under Step 1, selection of an offeror will be based on an evaluation of the proposals in two areas: Technical/Management and Past Performance. The Technical evaluation criteria will focus on evaluation requirements and the ability of contractor personnel t o meet the standards with acceptable quality levels. The Management evaluation will assess the effectiveness and efficiency of the proposed management approach. The Past Performance proposal will include the offerors past performance on contracts of simil ar size, scope, and complexity to assess performance risk for this project. No pricing information will be considered during Step 1. Only contractors who have been determined acceptable in the technical and past performance areas will be allowed to submi t a cost proposal under Step 2. The corresponding instructions to offerors and evaluation basis and criteria will be contained in Sections L and M, respectively, of the RFP. The TDP contains approximately 830 drawings and 27 specifications. A significant amount of government-furnished equipment will be provided. The TDP will be available, on two CDs, upon issuance of the solicitation. The CDs containing the TDP will be prov ided by mail upon request to the Contract Specialist, Jessica Dobbeleare, at jessica.dobbeleare@us.army.mil, facsimile 309-782-2958, or 1 Rock Island Arsenal, AMSAS-ACD-B (J. Dobbeleare), Rock Island, IL 61299. Requests should be made as soon as practicab le. The request should contain the requesters POC name, mailing address, and a corresponding phone number. A pre-proposal conference is anticipated to be held, at the Edgewood Area of Aberdeen Proving Ground, approximately 30 days after issuance of the solicitation. Full details for the pre-proposal conference will be contained in the solicitation.
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSAS-ACD-B Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN01184995-W 20061123/061121220831 (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.