|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8,1999 PSA#2278Directorate of Business Services -- Contracting, AFRC-FM-BSC-PS, 2103
South 8th Avenue, Fort McCoy, WI 54656-5153 R -- OMB A-76 COST COMPARISON STUDY -- PROVIDE COMPLETE OPERATION OF
THE DIRECTORATE OF SUPPORT SERVICES, (FORMERLY THE DIRECTORATE OF
PUBLIC WORKS AND THE DIRECTORATE OF LOGISTICS) AT FORT MCCOY, WI SOL
DAKF61-99-R-0003 DUE 030499 POC Karen Johnson, Contract Specialist,
608-388-2506, Contracting Officer, Bernadette Honish, 608-388-3101 WEB:
Department of the Army, http://www.fed.gov.gov. E-MAIL: Department of
the Army, karen.johnson@emh2.mccoy.army.mil. A-76 COST COMPARISON STUDY
OF THE DIRECTORATE OF SUPPORT SERVICES, FORT MCCOY, WI. An A-76 cost
comparison study is being conducted of the Directorate of Support
Services (formerly the Directorate of Public Works and the Directorate
of Logistics) at Fort McCoy, WI in accordance with the OMB Circular
A-76, Performance of Commercial Activities. The Directorate of Support
Services has approximately 403 spaces under review and is undetermined
at this time how many spaces will be Government In Nature. The
Contracting Office at Fort McCoy anticipates issuing a Request for
Proposal using FAR Part 12 and Part 15 for a base period of performance
from September 2000 through August 2001 with four one-year option
periods. The anticipated contract type will be Firm Fixed Price. The
anticipated solicitation date is 1 July 99. The Standard Industrial
Classification (SIC) Code is 8744 and the small business size standard
is $5 million annual average gross revenue of the concern for the last
three fiscal years including Foreign and Domestic affiliates. Based on
the results of the cost comparison the Government may elect to award
a contract or to retain the functions in-house. Services include
complete operation of A. ADMINISTRATION OFFICE; B. PLANNING DIVISION to
include 1) Facility Projects Branch, 2) Work Reception Section, 3) Real
Property Branch, 4) Automation Branch and 5) Master Planning Branch; C.
BUILDING AND GROUNDS DIVISION to include 1) General
Maintenance/Mechanical Branch, 2) Asbestos Team, 3) Electrical/Heating
Branch, 4) Carpentry/Paint Branch, 5) Roads and Railroads Branch and
6) Grounds Section; D. UTILITIES DIVISION to include 1) Energy Office,
2) Sanitation Branch, 3) Refuse and Recycling Branch; E. ENGINEERING
DIVISION to include 1) Contract Inspection Branch; F. SUPPLY AND
STORAGE DIVISION to include 1) POL Office, 2) Engineer Supply, 3)
Engineer Storage, 4) Customer Support Branch, 5) Data Conversion and
Files, 6) Material Management, 7) Ammunition Support Point, 8) Storage,
9) Troop Issue SubsistenceActivity and 10) Troop and Installation
Support Branch; G. TRANSPORTATION DIVISION to include 1) Unit Movement
Coordinator, 2) Movements Branch, 3) Personnel Movement Section, 4)
Material Movements Section, 5) Terminal Warehouse Section, 6) Transport
Branch and 7) Personal Property Branch; H. OFF-POST FACILITIES DIVISION
to include 1) Milwaukee Branch, 2) Fort Snelling Branch, 3) Fort Des
Moines Branch, 4) Arlington Heights Branch, 5) Ann Arbor Branch, 6)
Indiana Branch and possibly 7) Ohio Branch; I. ENVIRONMENTAL DIVISION;
and J. MAINTENANCE DIVISION to include 1) Maintenance Branch Sheridan.
The above services are not all inclusive. Contractors are required to
provide all management and labor required for the operation and
management of the functions listed. Respondents must identify expertise
in the above functions by submission of a capability statement; past
performance within the last two years of similar type contracts and
include client point of contact, estimated value and references.
Capability statements should not exceed 10 pages. Respondents must
identify their business size. If subcontracts are to be used, provide
anticipated percentage of effort to be subcontracted and whether small
or large businesses will be used. Submit all responses to the
attention of Karen Johnson at the above address or fax to 608-388-7080.
This sources sought is for information and planning purposes only. It
does not constitute a solicitation and is not to be construed as a
commitment by the Government. RESPONSES ARE DUE NO LATER THAN 04 March
1999. Companies already on our mailing list as a result of our
synopsis previously published on 4 December 1998 and 6 January 1999 do
not need to reapply. Posted 02/04/99 (D-SN295254). (0035) Loren Data Corp. http://www.ld.com (SYN# 0116 19990208\R-0027.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|