Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2011 FBO #3427
SOURCES SOUGHT

13 -- Ordnance Clearance Services Using Robotic Equipment

Notice Date
4/11/2011
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-11-R-0022
 
Response Due
4/25/2011
 
Archive Date
6/24/2011
 
Point of Contact
Jill Freeman, 256-895-1789
 
E-Mail Address
USACE HNC, Huntsville
(jill.g.freeman@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Engineering and Support Center, Huntsville is considering award of an IDIQ SATOC to provide ordnance clearance services where those services are performed using robotic equipment to the maximum extent reasonably possible. Manned UXO services will be required in support of the robotic operation. The services to be provided include the provision and maintenance of basic service capabilities, vegetation clearance, surface clearance to remove munitions-related items, range residues and other metallic debris, subsurface characterization using digital geophysical instruments, discrimination of subsurface anomalies to determine which items will require investigation and removal, excavation and removal of subsurface anomalies, explosive demolition of items suspected of containing explosives, inspection and certification of munitions debris, the disposal of munitions debris, and the writing of reports detailing the work performed. This work will primarily be performed in support of the construction of training ranges on active military, guard and reserve locations in the CONUS. Services may also be required at military installations in Alaska, Hawaii and Puerto Rico and at formerly-used defense sites where a clearance action is required. Because the primary place where the work will be performed is on active military installations, all personnel performing work on-site must be U.S. citizens with appropriate security clearances as required. Interested sources should respond by indicating their ability to meet the following criteria: (a) demonstrate experience or capability in the configuration, deployment, operation and maintenance of robotic equipment that can be used for ordnance clearance operations; (b) demonstrate the capability to perform manned UXO clearance operations. These operations may be performed by a subcontractor or a joint venture partnership. (c) capacity to dedicate a single point of contact for this work; (d) ability to obtain Government facility clearances to the SECRET level. Firms who respond to this notice should provide a point of contact, telephone number, and e-mail address (if available). Responses should also indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, in a HUBzone, or qualify as a socially or economically disadvantaged, and whether they are U.S. or foreign owned. For this sources sought announcement, submission of any other company information (i.e. resumes, sales material, brochures, etc.) is strongly discouraged and likely will not be evaluated. Mail submittals to the referenced point of contact or send via overnight courier to US Army Corps of Engineers, Engineering and Support Center Huntsville, 4820 University Square, ATTN: Catherine Hill. You may also provide your submittal electronically (in MS Word or PDF format) via the following e-mail address: Jill.G.Freeman@usace.army.mil. Submittals are due NO LATER THAN: 25 April 2011 by close of business (1700 Central Time). It is the Government's intent to consider setting-aside this acquisition to small business concerns under the authority of the Small Business set-aside program per FAR Part 19. As a result, the Government is performing market research in order to determine if small businesses possess the capability to execute the requirements of this anticipated request for proposal (RFP). If your firm is capable and qualified to perform the requirements identified within this announcement, you are invited to submit the attached capability questionnaire. This sources sought synopsis is for information and planning purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does its issuance restrict the Government as to the ultimate acquisition approach. The GOVERNMENT WILL NOT REIMBURSE the contractor for any costs associated with preparing or submitting a response to this notice. Ordnance and Explosives Robotic Range Clearance Capability Statement Please respond to all questions as completely as possible. SECTION 1. GENERAL 1. Business Name: (Insert Business Name) 2. Business Address: (Insert Business Address) 3. Cage Code: 4. NAICS Codes: (Insert all applicable NAICS Codes) 5. Responsible Point of Contact: 6. Check All That Apply: Our firm is a 0 8(a) small business, 0 service-disabled veteran-owned small business, 0 HUBZone small business, 0 Small Disadvantaged Business, 0 Woman Owned, 0 Minority, 0 Native American, 0 Small Business, 0 Large Business SECTION 2. CONTRACTOR ARRANGEMENT 1. Our firm will be proposing on this project as a: 0 Sole Contractor 0Prime Contractor performing at least 25% of the work with subcontractor(s), 0 Prime contractor performing at least 25% of the work with the following team member subcontractor(s) Insert business name, business size, cage code, and work which will be subcontracted), or 0 Joint venture with (Insert business name, business size, and cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a)Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b).) SECTION 3. CAPABILITY Our firm is capable and interested in performing work in the following locations (select all that apply): 0 West Region: Alabama, Arizona, Arkansas, California, Colorado, Idaho, Illinois, Indiana, Louisiana, Kansas, Iowa, Missouri, Montana, North Dakota, Nebraska, Nevada, New Mexico, Texas, Utah, Wyoming, Oklahoma, Oregon, Washington 0 East Region: Connecticut, Delaware, District of Columbia, Florida, Georgia, Kentucky, Maine, Maryland, Massachusetts, Michigan, Minnesota, Mississippi, New Hampshire, New Jersey, New York, North Carolina, Ohio, Pennsylvania, Rhode Island, South Carolina, South Dakota, Tennessee, Vermont, Virginia, West Virginia, Wisconsin 0 Pacific Region: Alaska, Hawaii 0 Puerto Rico 0 Other US Territories 0 Has your company ever participated in ordnance clearance operations, either on an active military installation or another location? 2. Capabilities - Does your company have the capabilities and personnel qualifications to perform ordnance clearance operations? Or, will it be necessary for you to partner with a UXO contractor in a subcontract or joint partnership? 3. Capacity - What do you estimate is the period of time that will be required after contract award for your company to begin delivering robotic services? 4. Management - What capabilities does your company have to manage, perform routine maintenance, or perform emergency in a safe, cost effective, timely manner that minimizes the periods during which the equipment may not be operable? 5. Quality - Does your company have experience in providing and maintaining an effective quality control program? Provide examples. 6. Work Location - Does your company have the ability to work at locations in CONUS, Alaska, Hawaii and Puerto Rico? 7. Does your company possess or have the ability to obtain a facility clearance through SECRET? SECTION 4.RETURN INSTRUCTIONS After you have completed all sections of the capability statement, please return the form to the Contract Specialist via email at Jill.G.Freeman@usace.army.mil. Your response shall be received no later than 5:00 p.m. Central Time on 25 April 2011. Information presented is for market research purposes only. Contracting Office Address: USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301 Place of Performance: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL 35807-4301 US Point of Contact(s): Lydia Tadesse, 256-895-1169 USACE HNC, Huntsville
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-11-R-0022/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02421492-W 20110413/110411234208-5ef8c2ca2cbee57d48010a404a869783 (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.