|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1998 PSA#2168HQ 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 WILLOW GROVE ARS PA SOL F09634-98-R0003 DUE
012699 POC Betty Holley, 912-327-0588 E-MAIL: betty.holley@afrc.af.mil,
bholley@afrc.af.mil. OMB Circular A-76 Cost Comparison Study to manage
and operate multiple functions at Willow Grove ARS PA. Functions
include: Base Supply, Motor Vehicle Management, Traffic Management,
Communications and Information Management, and Real Property
Maintenance. Any resultant contract will be subject to the Service
Contract Act and the place of performance is Willow Grove ARS PA.
Solicitation will be issued on an ALL OR NOTE BASIS. Evaluation will
utilize Technically Acceptable-Performance/Price Tradeoff (TA-PPT)
procedures. Of those proposals which are deemed technically acceptable,
the government will make a best value selection based on tradeoffs
between the total evaluated cost to the government and performance risk
associated with each technically-acceptable proposal [based on the
government's assessment of the offeror's (including subcontractors,
teaming partners, and/or joint venture partners which are proposed to
perform one or more functions or a major portion thereof) present and
past performance record]. In accordance with OMB Circular A-76, the
proposal deemed to represent the best value to the government will be
compared to the government's proposal to perform said services. NOTE:
The solicitation will not result in a contract if Government
performance is determined to be more advantageous. The following
minimum experience requirements have been established for this
solicitation: The prime contractor, lead contractor in a teaming
arrangement, or the principal representative of a joint venture (as an
entity) shall possess a minimum of one year experience (excluding
orientation period) within the past five years on a fixed price basis,
of (a) one multi-function [at least (3) functions, one of which is
Supply Management, Communications and Information Management, or Real
Property Maintenance] BOS services contract (or commercial equivalent)
of similar scope and magnitude as the total requirement covered by
this solicitation; (b) multiple BOS services contracts (or commercial
equivalents) which are managed simultaneously and involve at least
three (3) functions, one of which is Supply Management, Communications
and Information Management, or Real Property Maintenance. The
cumulative total of these service contracts must be of similar scope
and magnitude to the total requirement covered by this solicitation.
Projected date for issuance of the solicitation is 28 Sep 98. Contract
will consist of an orientation period of approximately 60 days, a
basic initial performance period of 12 months, four priced annual
options, and a 1 to 6 month short option, which may be exercised after
any contract period. Cost comparison is anticipated in FY99. The
solicitation will be set aside for small business participation only.
The Standard Industrial Classification (SIC) Code is 8744, Base
Maintenance. The size standard is $20 million. The solicitation will
require submission of four volumes: Volume 1, Performance; Volume 2,
Financial Plan; Volume 3, Technical Approach; and Volume 4, Cost/Price.
The solicitation will be available in a combination electronic/paper
(mostly disk/some paper) format utilizing Microsoft Word 97 for a fee
of $22.00. Amendments to the solicitation will be issued electronically
in Microsoft Word 97 via e-mail. Interested offerors should submit
their written requests accompanied by payment to HQ AFRC/LGCP, Attn
Betty Holley, 1000A Executive Ct, Warner Robins, GA 31093. This request
shall include a point of contact with a telephone number and e-mail
address. Payment shall be by check made payable to U. S. Treasury. Only
small businesses may submit proposals on this requirement. A
preproposal conference, including site visit, is currently scheduled
for 15 Oct 1998 at 9:30am at Willow Grove ARS PA. This date is subject
to change and specific location will be published in Provision L-9 the
RFP. Submit the names of all attendees and companies represented (not
to exceed two representatives per offeror) to Betty.Holley@afrc.af.mil
by 10 Oct 98. Posted 08/25/98 (W-SN241486). (0237) Loren Data Corp. http://www.ld.com (SYN# 0109 19980827\M-0002.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|