Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11,1998 PSA#2178

National 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