Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
MODIFICATION

14 -- Missile Mishap Response Team (MMRT) - GFP List - Performance Work Statement - Seamless Integration - RFI

Notice Date
2/8/2018
 
Notice Type
Modification/Amendment
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8214-18-R-MMRT
 
Archive Date
11/10/2017
 
Point of Contact
Dan F. Scheer, Phone: 8015860039, Peggy Lynn Japngie Lizotte, Phone: 8017752280
 
E-Mail Address
dan.scheer@us.af.mil, peggy.japngie_lizotte.1@us.af.mil
(dan.scheer@us.af.mil, peggy.japngie_lizotte.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information Document Items for which Seamless Integration is Needed Emergency Response PWS (Draft) Government Furnished Property List REQUEST FOR INFORMATION 8 February 2018 The Air Force is currently determining different aspects of the MMRT 2018 contract acquisiton, and woud appreciate industry feedback to help in formatting the acquiusition strategy. Attached you will find a Request for Information for the MMRT acquisition. Additionally, a draft Performance Work Statement, a List of Items Requiring Seamless Interface, and a Government Furnished Property List. your feedback is greatly appreciated. ANNOUNCEMENT 4 December 2017 Recently, the following Sources Sought Synopsis was posted to the website, Federal Business Opportunities. Based on the responses, the Air Force anticipates the acquisition will be sole source. If you are interested in the opportunity to propose on this effort (having this be a competitive acquisition), please respond to the following Source Sought Synopsis by the below-listed response date. ------------------------------------------------------------------------ SOURCES SOUGHT SYNOPSIS MISSLE MISHAP RESPONSE TEAM (MMRT) PROGRAM Minuteman III Intercontinental Ballistic Missile (ICBM) Department of the Air Force, Air Force Materiel Command, AFNWC/NIB 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1 The purpose of this Sources Sought Synopsis is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total small business set-aside. The proposed North American Industry Classification Systems (NAICS) Code is 562211 which has a corresponding size standard of $38,500,000.00. The Air Force (AF) will use this information to determine the best acquisition strategy for this procurement. The AF is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The AF requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code (see §3 and §4 for response requirements). Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the AF and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2. DESCRIPTION: The Air Force Nuclear Weapons Center is responsible for operation and sustainment of Minuteman III (MMIII) Intercontinental Ballistic Missile (ICBM) as well as some parts of the Rocket Systems Launch Program (RSLP). It fulfills this multi-faceted mission using facilities throughout the United States. When incidents arise in the transportation of vehicles and loads including liquid and solid rocket motors, the associated hazardous waste and other hazardous materials common to vehicle accidents requires immediate response. As such, the AF requires a rapid response and assistance if an ICBM liquid or solid rocket motor incident occurs. This response and assistance requires a competent team (referred to as the Missile Mishap Response Team (MMRT)) responsible for (a) vehicle recovery and (b) containment, cleanup, remediation, transportation and disposal of all hazardous waste (Explosive Classification Class 1.3; solid propellants; and Monomethyl Hydrazine Nitrogen Tetroxide ("MMH"); and diesel fuel/vehicle fluids)) generated during real world mishaps whenever or wherever assets are stored, tested, and deployed. As it is important to perform these services in a timely and competent manner, the AF requires the MMRT to complete up to four (4) exercises per year which simulate real world mishaps. During real world incidents or exercises, the AF requires a positive communication link between the MMRT and the appropriate parties including the AFNWC program office. 3. CAPABILITIES: • The contractor must able to respond to real world incidents and exercises by providing containment, cleanup, remediation, personnel decontamination, transportation, and disposal services for hazardous wastes/materials (Explosive Classification Class 1.3; solid propellants; MMH; and diesel fuel/vehicle fluids). • The contractor must be able to recover/transport/dispose of (and do so properly) up to 150,000 lbs. of 1.3 explosive materials; 15,000 lbs. of 1.1 hazardous materials; and up to 300 gallons of diesel fuel using rotator type crane/wrecker. • The contract must be able to recover vehicles of a size up to a commercial diesel truck. • The contractor must be located in such a way it can report in person to Hill AFB within two (2) hours of notification, and be able to do so 24 hours a day, seven (7) days a week, and 365 days a year. • Contractor must be able to depart within 4 hours of receiving tasking from the AF. • Contractor must be able to maintain constant, uninterrupted communications capability. • Provide support at locations and points between Utah, Wyoming, Montana, Nevada, North Dakota, California, Idaho, Nebraska, Colorado, New Mexico, Alaska, Virginia, Florida, Oregon, Tennessee, and Hawaii. (NOTE: Recovery operations at Kodiak Island, AK, Kennedy Space Center, FL, Wallops Island, VA, and the Pacific Missile Range Facility, Hawaii are deemed highly unlikely but remain possible response areas). • Contractor must possess and maintain appropriate certifications, licenses, and permits for transporting Hazardous Waste and other cargoes outlined or anticipated in this effort within and through the aforementioned states, including those that are listed as unlikely but possible response locations. This documentation must be provided to the AF upon request. • The contractor must be able to support up to 4 solid or liquid propulsion recovery exercises per year lasting at least one (1) day but not to exceeding seven (7) days. • Contractor must be able to provide personnel who are qualified, certified and experienced in hazardous recovery of critical assets contaminated with hazardous material as described above, with documented certifications of personnel and equipment operators in accordance with 29 CFR 1910 to operate in hazardous environments requiring Level A thru Level D personal protection. • Procure such items/services necessary for operations at the direction of the Program Manager, or authorized representative with approval from the contracting officer. Any and all procurements of goods will become the property of the government. • The contractors must be able to update readiness and response plans. • The contractor shall accomplish complete integration with existing AF capabilities to include communication, breathing air, level A, and command and control management techniques. • Be registered in the System of Award Management (SAM) (assistance can be provided by the small business office). 4. RESPONSES: Interested, responsible, and capable sources may identify their interest by providing a white paper capability statement (limited to 10 pages) with sufficient information to substantiate respondents have all of the capabilities listed in §3 Capabilities. 5. SAM REQUIREMENT: To qualify as a candidate for a contract or to respond to a Request for Proposal (RFP) with the AF, contractors must be registered in SAM. Registration in SAM may require a DUNS code and/or CAGE code. More information on SAM can be found at its website, https://www.sam.gov/portal/SAM/#1. Because this process can take time, interested parties are encouraged to begin this process now rather than waiting until an RFP is released. 6. ADDITIONAL NOTICES: Neither the release of this sources sought synopsis nor any responses to it guarantee a solicitation will be issued. A determination by the AF not to compete this solicitation is solely within the discretion of the AF. The AF will not pay for either the effort or the associated costs to respond, or for any information provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8214-18-R-MMRT/listing.html)
 
Place of Performance
Address: Multiple Locations (See Description), Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04817095-W 20180210/180208231524-28aa24784ba77fd296523b95b955c950 (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.