Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2008 FBO #2554
SOURCES SOUGHT

R -- ICBM Emergency Response Support Services

Notice Date
11/21/2008
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA820409RAAER
 
Response Due
12/5/2008
 
Archive Date
12/31/2008
 
Point of Contact
Liz S Miller,, Phone: 801-775-2275, Kevin E Slone,, Phone: 801-586-4939
 
E-Mail Address
elizabeth.miller@hill.af.mil, kevin.slone@hill.af.mil
 
Small Business Set-Aside
N/A
 
Description
Market Research is being conducted to seek qualified contractors other than Lincoln Environmental Services, currently performing on Hill AFB contract FA8204-04-C-0020, with the skills and knowledge required to complete this effort. A forthcoming acquisition is for Intercontinental Ballistic Missile (ICBM) Group Emergency Response (ER) Program for the 526 ICBM Systems Group at Hill AFB, Utah. ER consists of: Planning, Exercises, response, recovery, remediation, decontamination, and disposal of liquid and solid propulsion rocket propellants and equipment and associated ground support equipment. This includes incidents and accidents in support of the 526th ICBM Group. These objectives include support of both training exercises and actual incidents. Exercises will be conducted up to 4 times per year, schedule allowing. Response objectives are: (1) response to Hill AFB UT ICBM Alert Center within 2-hour time frame after notification and; (2) on-site support at various locations, including remote locations with adverse weather conditions. These objectives require qualified and experienced personnel during all operations. Equipment must interface with existing Air Force breathing air and communication equipment. Recovery objectives are: (1) light and heavy recovery and transportation of Minuteman III (MMIII), Solid Liquid Rocket Motors and/or damaged equipment and vehicles, possibly contaminated with Diesel Fuel, MonoMethylHydrazine (MMH) and/or Nitrogen Tetroxide (NTO). Recovery sites may include over-the-road in the following states: UT, NM, AZ CO, NV, WY, ID, ND, MT, and CA. (2) Recovery operations may also include in-silo support at one of three missile bases. Weight lifting/recovery capacities will range from 800 pounds to 140,000 pounds. Remediation objectives are: remediation of spilled MMH, NTO, and Diesel Fuel on contaminated equipment, contaminated facilities, and affected environments at remote and non-remote sites using contractor owned Personal Protective Equipment. Personnel responding to site must be Level A certified and company will be required to have level A suits and equipment that is compatible with Air Force Personal Protective Equipment. PPE shall be compatible with Con-Space hard line communication system, hard line breathing air, internal Rose Fall Protection. Level A site evaluation must also be completed with SCBA type system. Decontamination objectives are: decontamination in remote and non-remote areas with extreme hot and cold temperatures. Decontamination of ER personnel, accident site, affected equipment, environment, and related areas are required. Disposal objectives are: transportation and disposal of MMH, NTO, and Diesel Fuel recovered at remote and non-remote sites. Management Objectives are: (1) participation in Working Group meetings, exercise planning meetings, level 3 meetings, tabletop exercises, and real exercises, (2) Ability to make on-the-spot local purchases of ER Supplies as necessary to support field operations, (3) Support of all real world incidents and/or accidents as requested by the ICBM Group. Must be able to be part of National Incident Management System. The Air Force is in the process of preparing a justification and approval document to gain the required approval to issue a sole-source request for proposal to LES. This effort will include labor, travel/subsistence and material to support Hill AFB, HQ AFSPC, and missile operating locations at various other locations. Technical services will include: These systems contain explosives, carcinogenic, toxic, and hypergolic propellants requiring specialized hazardous material response capabilities. The anticipated services will augment existing Air Force capabilities. Anticipated minimum capabilities include: (1) response to Hill AFB ICBM Alert Center within 2-hour time frame after notification and; (2) 2-hour equipment and personnel capability and response to ICBM Alert Ctr on Hill AFB UT 24 hours a day/365 days a year; (3) Light and heavy vehicle/hazardous load recovery capabilities; (4) on-site support at various locations and points between: UT, NV, AZ, CO, NM, WY, ID, ND, MT, and CA; (5) Includes ability to provide emergency response in adverse weather conditions, such as extreme cold and hot temperatures These objectives require qualified and experienced personnel during all operations; (6) Equipment must interface with existing Air Force breathing air and communication equipment; (7) Permit for multi-state transport of hazardous cargo; (8) Ability to interface company equipment and capabilities with that of the Air Force to minimize recovery process variability; (9) MMH and NTO compatible Level A and Level B hazardous material protective equipment; (10) Personnel Level A and Level B certification during all phases of operation in accordance with OSHA; (11) Disposal License for hazardous material; (12) Capability to properly decontaminate personnel and equipment; (13) Ability to support 4 emergency response training exercises a year and all real world incidents of one to seven day durations at the following locations and points between UT, NV, AZ, CO, NM, WY, ID, ND, MT, and CA; (14) Corporate infrastructure that supports continuous operation and viable financial and accounting practices, consistent with current industry business practices; (15) Purchasing Department; (16) Ability to provide incident/accident and financial reports; (17) Support planning and development meetings at identified locations as directed by the Air Force;. The proposed contract action is for supplies and services for which the government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. This sources sought synopsis is for information and budget planning only and does not constitute a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice. Potential offerors may identify their interest and capability by responding to this requirement and submitting two (2) copies of an unclassified response (limited to 30 pages) within 15 days of this publication to 6014 Dogwood Ave Bldg 1258 rm 26., Hill AFB, UT 84056-5816, Attn: Elizabeth Miller or to Elizabeth.miller@hill.af.mil. Information received will be normally considered solely for the purpose of determining whether to conduct a competitive procurement. Although this procurement involves certifications, permits, and specialized training, small business firms interested in subcontracting opportunities should contact with the firm listed. Requests for further information regarding this announcement should be directed to the Contracting Officer. No telephone or FAX requests. Only written requests received directly from the requestor are acceptable.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fa51aa48eb4241396f1a9f8162f54a49&tab=core&_cview=1)
 
Place of Performance
Address: Various possible places of performance, United States
 
Record
SN01708894-W 20081123/081121215720-fa51aa48eb4241396f1a9f8162f54a49 (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.