|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11,1998 PSA#2178National and Imagery and Mapping Agency, 4600 Sangamore Road, PCC-E,
MS/D-6, Bethesda, Maryland, 20816-5003 M -- BASE OPERATIONS SUPPORT SERVICES CONTRACT FOR NIMA BETHESDA, MD
POC Capt. Michael S. Claffey, Contract Specialist, (301)227-2366 The
following constitutes a market survey of industry to determine
interest/capabilities of potential sources. Information obtained from
this synopsis is for planning purposes only. This synopsis does not
constitute a Request for Proposals, nor is it to be construed as a
commitment by the Government to acquire the services cited herein for
which information may be submitted. The National Imagery and Mapping
Agency (NIMA) has a requirement for comprehensive base operations
support services for NIMA facilities in Bethesda, Maryland and other
NIMA facilities in the Washington, D.C. metropolitan area. These
mission support services may include: (1) Overall Program Management
(sustaining effort); (2) Space Management (i.e., construction and
renovation of NIMA workspace); (3) Installation Operations and
Maintenance (i.e., custodial, pest control, and maintenance of roads
and grounds); (4) Material Management (i.e., providing materiel and
transportation support to NIMA employees, mail courier services,
collecting and disposing of waste (classified and unclassified), and
managing and operating NIMA's recycling program); (5) Administrative
Services (i.e., maintenance of copiers and management of the NIMA forms
and publications); (6) Security Services (i.e., personnel security,
registry, courier, and visitor control services); (7) Safety, Health,
Fire and Environmental (i.e., managing NIMA's program by performing
inspections, surveys, and training); (8) Disaster and Emergency
Preparedness and Recovery Program (i.e., managing and exercising NIMA's
Disaster and Emergency Program and Continuity of Operations Plan); and
(9) Visual Information and Graphic Arts (i.e., providing support to
NIMA's information broadcasting system, preparing mission publications,
still photography, video presentations, and operating the public
address system). A mixed type contract with some Time and Materials,
Indefinite Delivery/Indefinite Quantity, and Cost Plus Award Fee
provisions is contemplated with a one year base period plus four option
years. The applicable SIC Code is 8744. It is anticipated that the
dollar value will be $6M -- $8M per year. Prospective sources that have
the capability to perform such comprehensive base operations support
services are requested to submit, as clearly and concisely as possible,
information that addresses the following areas. Where applicable,
include demonstrated experience. Where a submitter may have no
verifiable experience, please indicate this in your response. (1) Are
you a small, small and disadvantaged, or women-owned business for
purposes of Federal Government contracting? (2) Please provide your
capability/experience (cite the types of contracts and client
organizations, the general scopes of work, and their dollar amounts)
over the past five years in performing base operations as a prime or
subcontractor. (3) Please provide your capability to perform Federal
Government contracts under a cost-reimbursement type arrangement. (4)
Please provide your capability of integrating cost and schedule
information to report incurred costs against budgeted costs, along with
a projection of estimated cost expenditures and schedules for future
periods. (5) Please provide your capability of fielding a work force
which requires up to, and including a Top Secret security clearance
with a Special Background Investigation (SBI). Only personnel who
require routine access (at least once per week) to secure areas will
need the Top Secret clearance with SBI. Other personnel who only need
access on an infrequent basis (no more than once per week) may be
escorted into secure areas by cleared contractor personnel trained as
escorts. (6) Explain your capability to perform a contract that
requires the use of an approved purchasing system, and an approved
property accounting system. The Government reserves the right to set
the acquisition aside for small businesses based on the responses
received. Also, the Government encourages the use of teaming
arrangements or joint ventures. No technical or solicitation documents
exist atthis time. Please either mail or fax your reply to the
following point of contact: Capt Michael S. Claffey, NIMA, Mail Stop
D-6/PCC-E, 4600 Sangamore Rd, Bethesda MD 20816-5003. Fax number is
(301)227-1015. The final date for the submission of information is
close of business on 9 October 1998. Please include in your submission
your organization's name, point of contact, address, telephone number,
facsimile number, and e-mail address. Posted 09/09/98 (I-SN247362).
(0252) Loren Data Corp. http://www.ld.com (SYN# 0067 19980911\M-0001.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|