|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1998 PSA#2016HQ AFRES/LGC, 155 2nd Street, Robins AFB, GA 31098-1635 M -- OMB CIRCULAR A-76 COST COMPARISON STUDY TO MANAGE AND OPERATE
MULTIPLE FUNCTIONS AT GRISSOM ARB, IN POC June Nelson, Contracting
Officer, (912) 327-0591 E-MAIL: june.nelson@afrc.af.mil,
jnelson@afrc.af.mil. SMALL BUSINESS SOURCES SOUGHT. HQ/AFRC, Robins AFB
GA, is seeking potential small business sources to participate in the
OMB circular No. A-76, "Performance of Commercial Activities," study
for Grissom ARB, IN to be conducted by HQ AFRC/LGCP. The information
provided will be used to determine if the acquisition will be a small
business set-aside. Therefore, to be considered as a viable small
business candidate, offerors must possess a minimum of one (1) year
corporate experience (Excluding orientation period) within the past
five years operating and managing at least three (3) Base Operating
Services (BOS) functions of similar magnitude simultaneously at the
same installation, with at least one of those functions being either
Supply Management, Motor Vehicle Management, or Real Property
Maintenance. NOTE: This is the minimum experience requirement for
consideration as a viable candidate; it may not necessarily constitute
sufficient experience to receive award of a contract. Failure to
submit all required information may preclude consideration of your
company as a viable candidate. Minimum Required Information: A
capability statement, including summary of relevant experience and
performance history (with points of contact and applicable telephone
numbers, FAX numbers, addresses and email addresses, if available)
within the past five (5) years. The total manpower authorizations for
all functions included in the study is 161. This is provided for
information purposes only and is not to be construed as the
Government's manpower requirement. This requirement will cover multiple
Base Operating Services (BOS) functions listed in descending order of
magnitude of work effort, consisting of Real Property Maintenance,
Supply Management, Motor Vehicle Management, Communications and
Information Management, Lodging Management, Airfield Operations
Management, and Meteorlogical Services. However, specific tasks and
workload data identified in the solicitation will determine the size of
individual functional areas. These functions are integrated to provide
complete base operating support to installation customers while
focusing on quality practices. This acquisition will be solicited as a
competitive negotiated procurement utilizing Technically Acceptable-
Performance Price Tradeoff (TA-PPT) source selection procedures. The
process permits tradeoffs among cost or price and performance factors
of technically acceptable proposals allowing the Government to accept
other than the lowest priced offeror in order to obtain the best value
when it may be in the best interest of the Government. THE EVALUATION
PROCEDURES INCLUDING SPECIFIC FACTORS AND STANDARDS WILL BE
ESTABLISHED IN THE SOLICITATION. The Standard Industrial Classification
(SIC) Code is 8744, Base Maintenance, with a size standard of $20
million. Contractors must possess or obtain prior to award, a facility
security clearance at the TOP SECRET classification level. Security
clearnances for personnel range from Top Secret in the Communications/
Information Management function to Secret in all other functions. The
solicitation will require submission of past performance information
and technical proposals. Respondents capable of satisying the
requirements stated herein should submit the above information (as a
minimum) within 30 days of the publication to, HQ AFRC/LGCP, ATTN: June
Nelson, BLDG 1000A, Executive Court, Warner Robins GA 31093.
Woman-owned and small disadvantaged businesses are encoured to respond.
Joint ventures and teaming arrangements are encouraged of needed to
meet the requirements. As part of our market research efforts,
Contractors are encouraged to complete the Service Contract
Consolidation Survey located on the HQ AFRC Homepage at
http://www.afres.af.mil/hq/LG/lgc/survey.htm (0020) Loren Data Corp. http://www.ld.com (SYN# 0070 19980122\M-0011.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|