Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2008 FBO #2379
SOURCES SOUGHT

M -- SOURCES SOUGHT-Certified Small Business with technical capabilities and qualifications required to Operate, Maintain, and Provide Training Support Team (Chemical Toxic Nerve Agent Handlers and Instructors)at the USACBRN School, FLW, MO.

Notice Date
5/30/2008
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Maneuver Support Center and Fort Leonard Wood, ACA, Maneuver Support Center and Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
 
ZIP Code
65473-0140
 
Solicitation Number
W911S7-8274-N001
 
Response Due
6/9/2008
 
Archive Date
8/8/2008
 
Point of Contact
Emma Vigus, 573-596-0254
 
Small Business Set-Aside
N/A
 
Description
SMALL BUSINESS SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis, market survey announcement to be used solely for informational and preliminary planning purposes only. NO proposals are being requested or accepted in response to this synopsis and no contract shall be awarded from this synopsis. The Installation Contracting Command, Directorate of Contracting at Fort Leonard Wood, Missouri, continues its thorough assessment of the market to ascertain the existence of any potential Certified Small Business Community members with expert technical capabilities and qualifications required to Operate, Maintain, and Provide Training Support Team (Chemical Toxic Nerve Agent Handlers and Instructors), to include necessitated contaminated area site clean up at the United States Army Chemical Biological Radiological and Nuclear School, FLW, MO. No reimbursement will be made for any costs associated with providing information in response to this sources sought synopsis or any follow up information requests. The main purpose of this synopsis is to gain knowledge of capabilities, certifications, interest and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUBzone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Cost Plus Award Fee Service Contract at the United States Army Chemical Biological Radiological and Nuclear School, Fort Leonard Wood, Missouri. The United States Army Chemical Biological Radiological and Nuclear School (USACBRNS) located at Fort Leonard Wood, Missouri, is determining potential contract sources having demonstrated capability and qualifications to Operate and Maintain a Chemical Defense Training Facility. The USACBRNS operates the Chemical Defense Training Facility (CDTF) to train all members of the Joint Force, as well as international allied military partners, in CBRN defense under actual toxic chemical agent environmental conditions. The CDTF at Fort Leonard Wood is the only facility of its kind in the Department of Defense. Its modern design and engineering, air filtration systems, and state-of-the-art technology provides safe, realistic toxic agent training. The complex consists of an administration building, a guard house (entry control point), six outdoor training pads, an outdoor mock-up equipment doff area, the main training building, and a storage building for supplies and materiel. The main training building has a medical aid station, a chemical laboratory, a centralized air monitoring control room, male and female locker-rooms, a laundry, an equipment maintenance area, solid and liquid waste holding areas, air filter banks, and the facility safety control room. Two large training bays, a service rotunda, and six individual training bays complete the floor plan. The design philosophy for the main training building incorporates protection of the environment and safety of CDTF personnel. The training building is maintained under constant negative air pressure to insure no toxic vapors migrate to the outside. Technicians produce toxic agents through the mixing of binary precursors in the laboratory and then store the agents in blast-proof vaults. Instructors use these agents in small quantities within the toxic bays during CBRN defense training. The contractor will be required to provide well qualified personnel for staffing for the facility's operation, maintenance, janitorial, clerical as well as the Training Support Team (TST). All Contractor employees must be Chemical Personnel Reliability Program (CPRP) certified in accordance with AR 50-6 and DA Pam 50-6. All Contractor employees shall be required to have Defense Industrial Security Clearance Office (DISCO) granted security clearances as a contractually required condition of employment. The TST is responsible to set up the toxic training areas prior to the entry of students, to clean up the toxic training areas after training, to process contaminated waste prior to disposal, and to provide emergency response during toxic agent operations. TST Personnel are required to be certified in the Chemical Personnel Reliability Program. TST personnel will perform Agent Handling Duties while others will perform General Toxic Agent Training (TAT) Support during all TAT events. The contractor and his maintenance electricians shall be thoroughly familiar with circuit theory and the maintenance and repair of the generators, intercom system, and intrusion detection system (IDS) found in the CDTF. Contractor's Laundry Operations (Protective Clothing and Equipment PC&E) will ensure that personal protective equipment (PPE) in support of toxic agent operations at the CDTF is both clean and serviceable within the limits specified by DA PAM 385-61; Implementation Guidance Policy for Revised Airborne Exposures Limits For GB, GA, GD, GF, VX, H, HD, and HT; TM 10-8415-210-13&P and applicable technical bulletins. The Contractor will also provide standard laundering of clothing worn underneath PPE. This chemical PPE includes, but is not limited to: select allied military protective masks, US Military series protective masks and accessories for Army, Navy, Air Force, and Marine Corps, Joint Service Lightweight Integrated Suit Technology (JSLIST) over garments and accessories, and TAP apron. The PC&E Section also performs inspection, repair, and recertification operations on PPE after it is used in toxic agent operations or when mandated by regulatory requirements. Additionally, PC&E Section personnel perform maintenance, repair and destruction of chemical defense test equipment. Contractor personnel will perform Preventive, Demand and Emergency Maintenance on the following components through DDC system: Air Handling Units and Associated Heating and Cooling Coils; Variable Air Volume Terminal Units; Variable Air Volume Fan Terminal Units; Return Fans; Exhaust Fans: Variable Frequency Drives; Variable Volume Return Air Damper Units; Variable Volume Exhaust Air Damper Units; Filter Blowers and Exhaust Filtration Units; Boilers and Hot Water Heating Pumps; Chillers, Cooling Tower, Chilled Water Pumps and Condenser Water Pumps; Emergency Generator; Fuel Oil Storage System; Contaminated Waste Handling System; Submersible Pumps; Training Room Panic Switches; Door Status; Training Room Lighting Levels; Chemical Agent Levels; Fire Alarm System Status; Combustible Gas Detectors; Fume Hood Face Velocity; Training Bay Motorized Blinds; Site Alarm; Dual Containment Pipe Leak Status; Transfer Damper Operation. Contractor personnel will monitor, calibrate, maintain 22 units as well as operate the Miniature Chemical Agent Monitors in performance of MINICAMS Operations in accordance with Department of Army Policy. The Contractor personnel shall perform air sampling of selected points within the confines of the CDTF. Samplings shall be accomplished using the Depot Area Air Monitoring System, the Miniature Chemical Agent Monitoring System, M22 Chemical Agent Alarms, Improved Chemical Agent Monitor (ICAM), and Hydrogen Combustible Gas Leak Detectors to comply with Department of the Army regulatory requirements. This also includes operation of the Direct Digital Control (DDC) System. Contractor personnel shall collect, sort at point of origin, package and identify trash in acceptable method in accordance with the following classifications: Class I Contaminated; Class II Non-contaminated; Class III Chemicals; and 3X Destructed Garments and Equipment. Trash will be handled through a Satellite Accumulation Point (SAP) for Hazardous Waste - which will require the management of three SAP sites (toxic area, laboratory, O&M area). The contractor shall perform the custodial work to be performed in all buildings within the fenced area of the Chemical Defense Training Facility. Buildings include the Administration Building, Guard House, Training Building, and Storage Building. The Contractor personnel shall operate and maintain two sewer systems (contaminated and non-contaminated waste) within the CDTF. Contractor Personnel shall provide labor, parts, supplies and materials for the continuous operation of the steam autoclave system. This System is to process JSLIST over garments for reutilization in accordance with applicable standard operating procedures and environmental laws. The steam autoclave system consists of steam boiler, feed water system, vapor control system, associated piping and controls. Contractor personnel shall operate, maintain and perform water analysis as required on water treatment system. This system includes two Water Softening Systems, two Chemical Bypass Feeder Systems, Chemical Tank and Pump Systems and Interconnecting Piping Network and Associated Valves, Strainers, etc. Contractor shall maintain all the CDTF grounds within the fenced perimeter, plus 40 feet beyond the perimeter road and the parking lot, and three retention basins. Maintenance shall include: Mowing and trimming grass, Fertilizing grassed areas, trees and shrubs, Erosion control, Maintenance and repair of roads, parking lots and sidewalks, Prune vegetation IAW AR 50-6 and AR 190-59, Snow removal and ice control, and Maintain lawn irrigation system. The Contractor shall maintain and repair of the electrical, safety, lighting and fire alarm systems found with the CDTF compound. Contractor shall operate, maintain and repair the Unitary Air Conditioning Systems. The components in the unitary air conditioning systems are: Packaged Through the Wall Air Conditioning Unit; Split System Air Handling Unit; Direct Expansion Cooling Coils; Electric Resistance Heating Coils; Air Cooled Condensing Unit; Vibration Isolators for Split System Air Handling Unit; Ductwork, Fittings, Dampers, Air Devices, etc.; Ductwork Insulation System; Refrigerant Piping and Accessories; Piping Insulation; Conventional Controls(Non DDC); Air Filters; Condensate Drains, Traps and Piping. Contractor shall operate, maintain and repair the Terminal Heating Systems which consist of unit heaters, cabinet unit heaters and associated controls which are separate from the DDC system. Contractor shall operate, maintain and repair miscellaneous ventilation systems. Contractor shall be responsible for the operation and maintenance of all air filter systems. The Filter Exhaust System consists of Pre-filter, HEPA and Carbon Filters in stainless steel bag out housings exhaust fans with variable frequency drives, isolation dampers, variable volume exhaust damper units, stainless steel connecting ductwork, and a 100 foot tall discharge stack. Contractor shall furnish all filters for the filter exhaust system including the pre-filters. The contractor shall conduct a non-ozone depleting freon challenge of each filter bank to ensure prevention of agent breakthrough. Contractor shall operate, maintain and repair Chilled Water Cooling System Descriptions. This system consists of two 300 ton electric centrifugal chillers, two chilled water pumps, one forced draft cooling tower with a variable frequency driven fan, two condenser water pumps, chemical treatment systems, piping systems and associated controls. Contractor shall operate, maintain and repair the Hot Water Heating System. This system consists of six high efficiency pulse jet combustion natural gas fired hot water boilers, six inline centrifugal boiler circulation pumps, two base mounted end suction centrifugal distribution pumps with a variable frequency drive system, a piping distribution system and a combustion air/exhaust gas removal system. Contractor shall operate, maintain and repair the Air Distribution System. This system consists of air handling units, air blender stratification sections, filter sections, face and bypass preheat hot water coils, chilled water cooling coils, hot water heating coils, variable air volume terminal units, variable volume fan terminal units, variable frequency drive units, variable volume return damper control units, return air fans, electric humidification unit, ductwork, ductwork insulation system and associated controls. The Contractor shall operate, maintain and repair the Plumbing and Fire Protection System Description. The plumbing system consists of plumbing fixtures, hot and cold water distribution piping system, domestic hot water heating systems, laundry wash vat hot water heating system, compressed air system, vacuum system, hydrogen piping system, helium piping system and natural gas piping system. Contractor shall perform all interior and exterior building maintenance on structures located with the CDTF compound. This maintenance will be at the standard required for proper operation and to assure full life expectancy of structures as currently designed. The summary of capability and qualifications is to be submitted with a cover page with the following information: (1) Company/Firm's legal business name; (2) mailing address; (3) A representative point-of-contact to include telephone number, facsimile number, and email address; (4) DUNS Number; (5) size of business by stating the average annual revenue for the past 3 years and average number of employees for the past 3 years; (6) whether a disadvantaged 8(a) company or firm; HUB Zone, woman-owned; veteran-owned; and or a service-disabled veteran-owned business; (7) the number of years in business; and (8) all affiliate information; parent company; joint venture partnered; potential teaming partners; prime contractor (if potential sub) or subcontractors (if potential prime). The cover page is not part of the 10 page limitation for the summary submission. The remaining summary should address: 1) Technical qualifications of business to provide requested services. (Please provide details for each response); - - a. Does your company have experience in planning and executing programs governing manual labor for prolonged periods in lethal toxic environments? b. Does your company have experience in public relations and maintaining public confidence with regard to industrial operations posing lethal threats to the surrounding community? c. Does your company have dedicated and expert technical reach-back governing plant operations, emergency response environmental protection, and scientific/analystical instrumentation in support of initiatives, trouble shooting, and problem solving. If so please describe both the depth and breadth of experience.) d. Does your company have experience in managing and synchronizing a highly technical workforce performing complex operations spanning multiple mission areas and DoD organizations? e. Does your company have experience in implementing an objective risk management approach to the inherently subjective process of identifying and protecting critical technology? f. Does your company have experience in providing technology and program protection support to DoD research, development and acquisition organizations? g. Does your company have experience in solving complex problems that cross multiple organizational lines? h. Does your company have experience in providing information, industrial and personnel security, information assurance, foreign disclosure and technology transfer, technology protection, and security training and awareness support to DoD organizations? i. Does your company have experience in working with the DoD developers in identifying and protecting critical program information? j. Does your company have experience in improving the communication between and integrating the efforts of engineers, scientists, security and counterintelligence personnel, combat developers and materiel developers to enhance technology protection? 2) Past performance history relevant to the types of services requested. (Please provide details for each response); - - a. Does your company have experience in rapidly assembling a credentialed multi-disciplinary team of managers, technicians, and service personnel to meet a complex mission requirement? b. Does your company have experience in providing human resource support to a skilled and highly technical professional workforce? Describe your company's ability to provide career progression to a workforce of this nature. c. Describe your company's personnel turn-over rate over the past five years and identify the primary factors contributing to employee turn-over. What is your company's ability to provide workforce incentives in order to increase employee retention? d. Does your company have experience in environmental compliance and management. e. Does your company have experience in managing federal government contracts and maintaining compliance with federal regulations? When describing contract experience, provide the title; location; whether prime or subcontractor work; contract or subcontract value; type of contract; contract completion date; customer point of contact including e-mail addresses and phone numbers; and a narrative description of the product/services provided by your firm. f. Identify your company's most noteworthy achievement, along with its impact, in the past two years relative to innovation, efficiency, corrective action, risk reduction/mitigation, emergency response, financial management. 3) Evidence of any certifications and licenses related to any of the above services required. Due to the uniqueness of this requirement, currently there is no exact designated NAICS code that captures the entirety of this action. Merely for the purposes of identifying Small Business Size Standard, the most relevant code is 561210. Small Business Size Standard for this action is $32.5 million. No inquiries will be answered at this time and respondents shall not be notified of the results of the market research. Again, this document is merely for market research and planning purposes only and does not constitute a commitment, implied, or otherwise, that a procurement action will be issued nor will the U.S. Government pay or reimburse for information solicited or produced and may not be construed as a commitment by the U.S. Government to enter into a contract. In the event a solicitation is developed, it will be assigned a formal RFP number and the announcement will be published on Fed Biz Ops. Responders to this Sources Sought Notice will not automatically be notified of any potential solicitation, therefore interested parties must respond to the official solicitation announcement. Submissions must be submitted electronically as an Adobe Portable Document Format (PDF); no other document format or type will be accepted. All responses submissions shall be submitted to Ms. Emma Vigus, Directorate of Contract, Fort Leonard Wood, MO. Email address emma.vigus@us.army.mil no later than 9 June 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f9fe54da7add6e35811bd71c1ebc8de0&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Maneuver Support Center and Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
Zip Code: 65473-0140
 
Record
SN01583686-W 20080601/080530220132-f9fe54da7add6e35811bd71c1ebc8de0 (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.