los alamos legacy cleanup contract llcc
play

Los Alamos Legacy Cleanup Contract (LLCC) Draft Request For Proposal - PowerPoint PPT Presentation

Los Alamos Legacy Cleanup Contract (LLCC) Draft Request For Proposal Pre-Solicitation Conference DE-SOL-0008109 Kimberly Tate David Rhodes Contracting Officer Director, Office of Quality &


  1. Los Alamos Legacy Cleanup Contract (LLCC) Draft Request For Proposal Pre-Solicitation Conference DE-SOL-0008109 Kimberly Tate David Rhodes Contracting Officer Director, Office of Quality & Regulatory Compliance Office of Environmental Management (EM) EM Consolidated Business Center and EM Los Alamos Field Office June 8, 2016 www.energy.gov/EM 1

  2. Opening Remarks J. E. Surash Head of Contracting Activity Office of Acquisition and Project Management EM-50 www.energy.gov/EM 2

  3. Agenda • Purpose • Acquisition History • Overview of the Acquisition Process • Overview of the Draft Request for Proposal (RFP) • Acquisition Schedule • Questions and Answers www.energy.gov/EM 3

  4. Agenda ***Please note that times are approximate, schedule will be adjusted as needed *** 0830 Opening Remarks - J. E. Surash, EM-50 0845 Overview of Draft Request for Proposals and Acquisition Process - Kimberly Tate, EMCBC 0915 PWS Elements of Scope - David Rhodes, EM-LA 1030 Break 1045 Contractor Human Resources Management Requirements - Eva Auman, GC-63 1115 Overview of Remaining Draft RFP Sections - Kimberly Tate, EMCBC 1145 Break 1200 Questions and Answers 1230 Conclusion www.energy.gov/EM 4

  5. Purpose of Pre-Solicitation Conference • Early engagement with interested parties to highlight information regarding the Draft RFP. • Identify and resolve concerns regarding the contents of the Draft RFP, including: • Feasibility of the requirement definition. • Suitability of the proposal instructions and evaluation criteria. • Availability of reference documents. • Any other industry concerns or questions. www.energy.gov/EM 5

  6. Logistics/Ground Rules • No audio or video recording is permitted. • DOE will attempt to answer all questions during the pre-solicitation conference today, time permitting. Questions should be submitted via the notecards that have been provided. • Comments may also be submitted to the procurement email address at LLCC@emcbc.doe.gov for DOE’s consideration in preparing the Final RFP. www.energy.gov/EM 6

  7. Logistics/Ground Rules • Nothing stated or presented during this conference should be construed as a revision to the Draft RFP unless issued in an amendment. • Today’s briefing slides and the attendee list will be posted on the procurement website. • The written terms and conditions of the Final RFP, once released, will govern over any information presented today. Information provided today is at a summary level and subject to change. www.energy.gov/EM 7

  8. Logistics/Ground Rules One-on-One Sessions • Meetings will not be more than 35 minutes. • Opportunity for interested parties to present their thoughts and suggestions on the procurement. • There will be no negative ramifications for any firm choosing not to participate or cancelling their current scheduled time. • DOE is not requesting and will not accept any company marketing material. www.energy.gov/EM 8

  9. EM Acquisition History Current LANL “Bridge” Contract • Los Alamos National Security, LLC – LANS is comprised of the following partner companies: University of California, Bechtel, AECOM and B&W. • Approximately $310M, Cost-Plus-Award-Fee (CPAF) Contract • Expires 9/30/17, including options • The LANL Bridge Contract is posted on the procurement website under the “Documents Library” tab. www.energy.gov/EM 9

  10. Acquisition Process • Draft RFP was released to industry on May 26, 2016 . • Industry is encouraged to comment on the Draft RFP by June 24, 2016. • Interested parties should submit questions/comments for DOE consideration to the following email address: LLCC@emcbc.doe.gov • All comments shall be submitted in the Microsoft Word format provided on the procurement website (please do not edit the format with the exception of adding rows as needed). • DOE will carefully consider all comments received in response to the Draft RFP in preparing the Final RFP. • DOE is not required to officially respond to any verbal or written questions or comments pertaining to the Draft RFP. www.energy.gov/EM 10

  11. Acquisition Process The Final RFP is anticipated to be issued in August 2016. • Once the Final RFP is issued, interested parties should submit questions/comments to email address: LLCC@emcbc.doe.gov • DOE will post questions and answers to the procurement website at: https://www.emcbc.doe.gov/SEB/LLCC/ www.energy.gov/EM 11

  12. Procurement Website https://www.emcbc.doe.gov/SEB/LLCC/ www.energy.gov/EM 12

  13. Acquisition Process • It is anticipated that Industry will have 60 calendar days from the date the Final RFP is released to prepare and submit a proposal to DOE. • The proposal shall consist of three separate volumes: • Volume I – Offer and Other Documents • Volume II – Technical and Management Proposal • Volume III – Cost and Fee Proposal • Minimum Proposal Acceptance Period will be 365 days after due date for receipt of proposals. • Government intends to award a contract without discussions, as stated in Sections L and M of the RFP. • Full and Open Competition under NAICS Code 562910, Remediation Services, Size Standard of 750 Employees. www.energy.gov/EM 13

  14. RFP Overview • Sections A – J of the Final RFP will become the resultant contract. • Section K will be incorporated by reference into the Contract. • Section L contains the proposal preparation instructions. Section M sets forth the basis for evaluation and method for award. www.energy.gov/EM 14

  15. Section B Overview B.2. Cost-Plus-Award-Fee, Cost-Reimbursable, and Indefinite- Delivery Indefinite-Quantity (IDIQ) type CLINs: Table B.2-1 Contract CLINs CLIN Title Type PWS Section(s) CLIN Base Period (5 Years) 00001 Transition (90 days) CR (no fee) C.2 00002 CH-TRU Waste Disposition (PBS 0013) CPAF C.3, C.4 Environmental Remediation (PBS 0030) CPAF 00003 C.3, C.5, C.6, C.7, C.8, C.9, C.10, C.11, C.12, and C.13 Additional Assignments in Accordance with PWS IDIQ C.14 00004 Section C.14 Option Period 1 (3 Years) 00005 CH-TRU Waste Disposition (PBS 0013) CPAF C.3, C.4 00006 Environmental Remediation (PBS 0030) CPAF C.3, C.5, C.6, C.7, C.8, C.9, C.10, C.11, and C.12 00007 Additional Assignments in Accordance with PWS IDIQ C.14 Section C.14 Option Period 2 (2 Years) CH-TRU Waste Disposition (PBS LANL- 0013) CPAF C.3, C.4 00008 Environmental Remediation (PBS LANL-0030) CPAF C.3, C.5, C.6, C.7, C.8, C.9, C.10, 00009 C.11, and C.12 Additional Assignments in Accordance with PWS IDIQ C.14 00010 Section C.14 www.energy.gov/EM 15

  16. Section B Overview Table B.2-2 Contract Cost and Fee CLIN CLIN Description Estimated Cost Available Award Fee Estimated Cost and Fee Base Period 00001 Transition Period (CR, No Fee) [Proposed] N/A [Proposed] 00002 CH-TRU Waste Disposition (CPAF) [Proposed] [Proposed] [Proposed] 00003 Environmental Remediation (CPAF) [Proposed] [Proposed] [Proposed] Additional Assignments in Accordance To be determined as Task Orders are 00004 $54,000,000.00 with PWS Section C.14 (IDIQ) issued Total Base Period [Proposed] [Proposed] [Proposed] Option Period 1 00005 CH-TRU Waste Disposition (CPAF) [Proposed] [Proposed] [Proposed] 00006 Environmental Remediation (CPAF) [Proposed] [Proposed] [Proposed] Additional Assignments in Accordance To be determined as Task Orders are 00007 $45,000,000.00 with PWS Section C.14 (IDIQ) issued Total Option Period 1 [Proposed] [Proposed] [Proposed] Option Period 2 00008 CH-TRU Waste Disposition (CPAF) [Proposed] [Proposed] [Proposed] 00009 Environmental Remediation (CPAF) [Proposed] [Proposed] [Proposed] Additional Assignments in Accordance To be determined as Task Orders are 00010 $13,000,000.00 with PWS Section C.14 (IDIQ) issued Total Option Period 2 [Proposed] [Proposed] [Proposed] Total Contract Value (Base Period, Option Period [Proposed] [Proposed] [Proposed] 1, and Option Period 2) www.energy.gov/EM 16

  17. Section B Overview • No fee for the Transition Period. • No Base Fee under this Contract. • Provisional Fee Payments are anticipated. • Task Orders may be issued as cost-reimbursable or fixed- price under the IDIQ CLIN(s). Proposed fee may not exceed the fee ceiling percentage provided for CPAF orders. The $112M is the IDIQ maximum ceiling for the entire period of performance. www.energy.gov/EM 17

  18. Section B Overview B.10, Small Business Subcontracting Fee Reduction The percentage goals established in the Section J, Attachment J-19, Small Business Subcontracting Plan, will remain in effect for the duration of the Contract. Fee may be reduced if the Contractor does not meet any or all subcontracting goals (evaluated at the end of each contract period). Below are the goals from Section L.11(k)(3) Component Percentage (%) Small Business (SB) 50.0% Small Disadvantaged Business (includes 8(a)) 5.0% Woman-Owned SB 5.0% Service-Disabled Veteran-Owned SB 3.0% HUBZone SB 3.0% www.energy.gov/EM 18

  19. Section B Overview B.5 Execution of CLINs Upon the Notice to Proceed, the Transition CLIN (00001) will be executed. Upon completion of Contract Transition, the CLINs for CH-TRU Waste Disposition (00002), and Environmental Remediation (00003) will be executed. For IDIQ CLIN 00004, a task order may be issued at any time during the Base Period. The execution of the Option CLINs will be in accordance with Section B Clause entitled DOE-B-2014 Option To Extend The Term Of The Contract: Estimated Cost, Fee And Period Of Performance (OCT 2014). www.energy.gov/EM 19

Download Presentation
Download Policy: The content available on the website is offered to you 'AS IS' for your personal information and use only. It cannot be commercialized, licensed, or distributed on other websites without prior consent from the author. To download a presentation, simply click this link. If you encounter any difficulties during the download process, it's possible that the publisher has removed the file from their server.

Recommend


More recommend