Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2010 FBO #3249
SOURCES SOUGHT

R -- REQUEST FOR INFORMATION FOR INDEPENDENT SYSTEMS ENGINEERING & ACQUISITION SUPPORT (ISE&AS) - Performance Work Statement

Notice Date
10/15/2010
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFCEE - AF Center for Engineering and the Environment, AFCEE/AC BLDG 171, 2261 Hughes Ave STE 155, Lackland AFB, Texas, 78236-9853, United States
 
ZIP Code
78236-9853
 
Solicitation Number
AFCEE-RFI-ISEAS12
 
Archive Date
11/16/2010
 
Point of Contact
Wanda F. Richardson, Phone: 210-395-8702
 
E-Mail Address
wanda.richardson.3@us.af.mil
(wanda.richardson.3@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PERFORMANCE WORK STATEMENT FOR ISEAS TO THE AIR FORCE CENTER FOR ENGINEERING AND THE ENVIRONMENT, DATED 4 OCT 2010 THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. This RFI is ISSUED for the purpose of developing a viable solicitation that will best communicate the Government's requirements to industry. Response to this RFI is strictly voluntary and will not affect any firm's ability to submit an offer if, or when, a solicitation is released. The requested information is for planning purposes only and does NOT constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this RFI. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Formal notices will be on http://www.fbo.gov/ website. GENERAL INFORMATION: The Air Force Center for Engineering and the Environment (AFCEE), Lackland AFB, TX is in the process of determining the acquisition strategy for the next follow-on Independent Science, Engineering, and Acquisition Support (ISEAS) contract. This contract is for Advisory and Assistance Services (A&AS) of the highest technical degree, in extremely selective domains not relevant to AFCEE's large-scale A&AS execution-leveraging, known as Global Engineering Integration and Technical Assistance (GEITA). AFCEE's ISEAS contract capability and needs have been and still are extremely limited with respect to volume (less than seven percent of AFCEE's overall A&AS expenditures). AFCEE's ISEAS contract capability has existed since its earliest organizational days (early 1990s), and, since 1998, has been harnessed through four successive non-competitive direct award contracts under 10 U.S.C. 2304(3), as implemented in FAR 6.302.3 ‘to maintain an essential capability provided by an educational or other non-profit institution or a federally funded research and development center'. Factors such as the specifics of this unique portion of AFCEE's overall A&AS requirements, how they manifest themselves, the interactive stakeholder and operative domains prevalent in the requirements' framework, and, most importantly, the absolute need for renowned, universally credible highest technical operatives, mandates that AFCEE continue to harness an ISEAS capability such as it has for its entire tenure. In these relatively small areas of endeavor, AFCEE's ability to engage in and contribute to the success of DoD's programs that fall within its charter hinges on its access to and employment of a highest-level science and engineering arm which is totally independent in its corporate profile; totally free of organizational conflict with regards to other firms traversing AFCEE's and DoD's vast mission landscape; autonomous in how it receives, processes, and engages in the various tasks germane to its scope; totally non-competitive with regards to Government work; and accepted as bias-free, totally objective and immediately credible in how they exert their technically defensible contributions in support of AFCEE's mission. Accordingly, AFCEE anticipates a direct award (Indefinite Delivery Indefinite Quantity with Cost-Plus Fixed-Fee pricing arrangement, basic ordering period of three years with one additional year for completion of performance) pursuant to continuing the same ISEAS mission support objectives. The NAICS code for this work is 541620, Environmental Consulting Services. The program ceiling for this contract is estimated to be $20 million for the three year total spanning 2011 through 2013. Answers to the following questions will help AFCEE determine if a competitive environment has developed for this type of support contract. AFCEE requests comments to the following questions: 1. What are industry's experiences (i.e. your firm's experiences) supporting the types of technical functions and domains, in totality, prescribed in the attached PWS, and further addressed in the following questions, with the high technical levels of effort and resources necessary to fulfill AFCEE's needs relevant to the ‘recognized expert', corporate autonomy, and conflict and bias-free nature of the ISEAS' independent standing and mission role? 2. If in your firm's profile, question # 1 seems to be covered (i.e. favorable), what is your firm's historical maximum work load and range of dispersion of work performed simultaneously? For whom did your firm provide these services, and under what type of contract? 3. If in your firm's profile, question # 1 seems to be covered (i.e. favorable), tell us how you would manage and perform the full scope of AFCEE's ISEAS requirements, including the manner of interaction with AFCEE and its customer and stakeholder base relevant to subject functions/domains and the associated requirements' manifestation (individual examples of technical functions/domains are portrayed in question numbers four through 10 below). 4. What are your firm's experiences in providing scientists, risk-assessors, and engineers considered leaders in their fields with reputations beyond reproach in supporting technical evaluation and transfer through independent engineering evaluation and assessment of technical data associated with the deployment of leading edge environmental technologies and controversial topics such as appropriate cleanup standards for environmental contaminants? If your firm has this experience and capability, has your firm done this work in the DoD ERA program, the MMRP, and the One Cleanup program? Has your firm conducted independent engineering evaluation and validation of DoD environmental needs, validating technology solutions and implementation plans? Has your firm provided education and training through outreach and partnerships? Has your firm worked in any of the various methods whereby Technology Transfer is accomplished: Broad Agency Announcement (BAA), restoration workshops, partnerships with industry/academia, and agreements such as the Interstate Technology Regulatory Council (ITRC) support per a DoD interagency agreement? Has your firm performed industrial oversight by reviewing and evaluating industry performance in environmental programs, reporting data, findings, results, and recommendations using high caliber experts, whose reputation in the field is impeccable, to avoid undue criticism, litigation and program delays, and fostering a confidence of total objectivity? In these endeavors, has your firm assisted your client by assessing and making recommendations on requirements pursuant to acquisition endeavors, crafting and reviewing Requests for Proposal, evaluation criteria, and other acquisition documents such as Broad Agency Announcements and the Strategic Environmental Research and Development Program and Environmental Security Technology Certification Program (SERDP/ESTCP)? 5. What is your firm's expertise base and experiences in supporting emerging contaminants? Has your firm provided support to a client's such activities where chemical compounds, perchlorate, and other emerging issues and evolving contaminants were the topic of expertise? Similarly, has your firm provided specialized technical expertise and independent engineering and assessment for time-critical and/or new restoration-related requirements anticipated and/or relevant to the DoD. 6. What are your firm's experiences in assisting in a client's Technology Transfer Program? Has your firm identified, collected, analyzed, validated, and approved a client's environmental requirements using innovative conflict-free personnel for technology program and budget solutions, oversight and planning and execution? Similarly, does your firm possess the corporate standing and continuity to assist its client in these such endeavors as environmental needs change over time, as needs are identified and solutions are implemented, and as the flavor of the needs addressed through a Technology Transfer program changes over time, impacting budgetary and other programming aspects? 7. What are your firm's experiences in the forensic chemistry domain, as in providing the client with general and project-specific research and development support to identify and apply new and improved tools, diagnostics and methodologies in environmental forensic chemistry to augment initiatives in sampling, monitoring, characterization and system optimization? Has your firm done work in evaluating source apportionment issues, degradation as a performance indicator of remedial progress, methods for emerging contaminants, and natural/anthropogenic background levels? 8. What are your firm's experiences in providing high-level support to evaluate, develop and implement quality assurance processes and programs for its client's products and services? Is your firm experienced at updating, revising, and developing guidance/requirements documents such as, but not limited to the following: Quality Assurance Project Plans (QAPP), Model Work Plans (WP), Model Field Sampling Plans (FSP), Technical Services, Environmental Chemistry Analytical Protocols, Risk Assessment Methods, and Performance Evaluation (PE) and laboratory authenticity programs? 9. What are your firm's experiences in providing high-level technical consultation to clients, in the areas of toxicology/risk assessment, engineering, hydrology, analytical chemistry, UXOs, and scheduling/costing, (1) in addressing unique, difficult, or controversial topics with mission operatives (e.g. regulators) and the public; (2) in serving on peer review teams; and (3) in serving on optimization teams. In performing this type of work, explain how your firm has conducted independent engineering, assessment and validation of technical data and cost/performance information associated with innovative technologies provided by technology vendors, addressing (1) data; (2) processes and methodologies submitted by technology vendors, (3) consultants in support of technical reports; (4) decisions reached during meetings between the client, its consultants, regulatory personnel, other Governmental agencies, institutions, and/or local community; and (5) responses to comments by regulatory agencies and queries from your Government client's consultants and community organizations. In addition to the above, has your firm provided support to a client in other forms of decision support analyses? 10. What are your firm's experiences in providing conflict-of-interest-free specialized expertise aligned with the domains relevant to and assisting clients in their Technical Assistance Visits (TAV) regarding time-critical requirements? Explain if the clients' locations (where the TAVs were performed) were military installations/organizations, project sites, or another type of operation or agency. Has your firm's TAV-related experience included specialized restoration assessments, complex hydrology/geology studies, toxicological studies, litigation support, emerging issues/contaminants, and/or risk communication? 11. Are there any comments or concerns with the Organizational Conflict of Interest (OCI) clause 5352.209-9002? 12. Does industry think that the proposed NAICS code (541620) is the most appropriate code for this work? Explain your rationale why this is the appropriate NAICS code or why it is not. 13. Please discuss any benefits that would be derived by AFCEE through teaming agreements and how AFCEE can harness the technical expertise portrayed in the above questions AND the corporate attributes addressed in the GENERAL INFORMATION section above, through teaming? In responding to this RFI, inform the Government whether you are a large or small business under the NAICS Code 541620. Sub-categories include 8(a), small disadvantaged business, woman owned small business, veteran owned small business, HUB zone small business, service disabled veteran small business, and HBCU/MI. Please include the following with your response: a. Name and address of firm b. Point of contact and telephone number c. Average annual revenue for the past 3 years and number of employees d. Business size e. Affiliate information: i. Parent company ii. Joint venture partners iii. Potential teaming partners. The Government encourages you to submit any additional comments or suggestions that you would like to share with us regarding ISEAS. Please note that official information will be provided by the Contracting Officer or Contract Specialist. Any information received from other sources should not be relied upon as official. Email your responses by COB 3:30 PM CST on 01 Nov 2010 to ISEAS Points of Contact: Johnny J. Castro, Contracting Officer, johnny.castro.1@us.af.mil and Contract Specialist, Wanda Richardson, wanda.richardson.3@us.af.mil. The Contracting Officer will consolidate all inquiries and route to the appropriate ISEAS team member. Any questions/comments received from industry will NOT be posted on the publice AFCEE website. Performance Work Statement is attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HQAFCEE/AFCEE-RFI-ISEAS12/listing.html)
 
Place of Performance
Address: World-Wide, CONTRACTING OFFICE ADDRESS:, Department of the Air Force, Air Force Material Command, Air Force Center for Engineering and the Environment, 3515 S. General McMullen, San Antonio, Texas, 78226-2018, United States
Zip Code: 78226-2018
 
Record
SN02311693-W 20101017/101015233755-ab733c944aa3e12f0acceea6d31bb084 (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.