|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,2000 PSA#2515Department of the Air Force, Air Force Space Command, 50CONS (T-66), 66
Falcon Parkway, Ste 49, Schriever AFB, CO, 80912-6649 M -- CIVIL ENGINEERING AND BASE MAINTENANCE SERVICES SOL
FA2550-00-R-0007 DUE 012400 POC George Knowlton IV, Contract
Specialist, Phone 719-567-3829, Fax 719-567-3809, Email
george.knowlton@schriever.af.mil WEB: Visit this URL for the latest
information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=FA2550-00-R-0
007&LocID=887. E-MAIL: George Knowlton IV,
george.knowlton@schriever.af.mil. THIS IS A SOURCES SOUGHT ANNOUNCEMENT
ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A
SOLICITATION WILL NOT RECEIVE A RESPONSE. The 50th Contracting Squadron
at Schriever AFB is conducting a market survey to determine the
existence of potential small business sources to perform civil
engineering and base maintenance services at Onizuka Air Station,
Sunnyvale CA, Air Force permitted facilities on Moffett Federal
Airfield, Mountain View CA, and Camp Parks Communication Annex,
Pleasanton CA. All interested parties are encouraged to respond. It is
anticipated the period of performance will commence 1 October 2000 and
end 30 September 2001, with six (6) Government unilateral renewal
options of one year each (1 Oct 2001 through 30 September 2007). A
phase-in period, if required, can commence as early as 1 August 2000.
The information in this notice is based on the best and most current
information available to date. This information is subject to change
and is not binding on the Government. Updated information will be
provided in future announcements and posted electronically on the
Electronic Posting System (EPS) located at www.eps.gov as available.
Important information about Onizuka Air Station_s mission and
background can be found at http://www.onizuka.af.mil. This requirement
will involve contractor performance of a wide range of functions
required to provide complete base operating support to installation
customers while focusing on quality practices. Still subject to change,
this requirement includes contractor performance of the following major
functions: (1) Facility/Property Operation and Maintenance for the
following systems: Heating, Ventilation, & Air Conditioning (HVAC);
Electrical Distribution; Plumbing; Security and Intrusion Alarms; Fire
Protection and Suppression; and Utility Distribution; (2) Preventive
Maintenance and Repair of designated equipment (Chillers, Air
Compressors, Solar Turbines, Computer Room Air Conditioning equipment
and Elevators); (3) Civil Engineering to include Engineering Planning
and Programming, limited Design Services, Technical Record Drawings
Maintenance, and Construction Management; (4) Program Management
Services to include Resource Management, Quality Management, Fire
Prevention and Protection Program Management, Disaster Preparedness
Support, Corrosion Control Program Management, and Material
Acquisition; (5) Emergency Support Services; (6) Locksmith Services;
(7) Grounds Maintenance Services; (8) Pest Control; (9) Maintain a
Recycling Program; (10) Perform Work Orders for Maintenance, Repair,
Construction, Minor Construction, and Equipment Support; (11) Operate
and Maintain a Hazardous Material Pharmacy; and (12) Provide
Environmental, Health, and Safety Management. Parties responding to
this synopsis must be prepared to perform real property operation and
maintenance requirements 24 hours per day, seven days per week. The
Standard Industrial Classification (SIC) code is 8744: Base Maintenance
with a size standard of $20M. Interested and qualified sources are
requested to provide a statement of current capability and past
performance information. Sources must demonstrate management and
technical experience on similar acquisitions, specifically addressing
the requirements specified in this synopsis, and demonstrate the
ability to obtain the resources necessary to successfully compete for
this requirement. Interested and qualified sources are requested to
provide the following information: (1) Company name, point of contact,
e-mail address, telephone and facsimile numbers, and type and business
size, (2) a list of your most recent and relevant DOD or commercial
contracts (not to exceed 5) to include names, points of contact, phone
numbers, value and type of contract, period of performance, and brief
description, (3) information telling us about your company and why you
think you can perform this contract, (4) information describing work
tasks and percentages proposed to be performed by you and
subcontractors for this requirement. Lastly, interested and qualified
sources are requested to submit your most recent experience to
demonstrate the following qualifications: (1) Civil engineering
services to include engineering planning and programming, limited
design services, technical record drawings maintenance, and
construction management; (2) Facilities/property operational and
management; (3) Program management services to include resource,
quality, fire prevention and protection management, disaster
preparedness support, corrosion control program management and material
acquisition; (4) Environmental, health, and safety management; and (5)
Consistent success in maintaining electrical power distribution and
mission essential RPIE systems at 99.999% annual availability (no more
than 2.6208 minutes semi-annually) and non-mission essential equipment
at 99.99% annual availability (no more than 26.28 minutes
semi-annually). Respondents are asked to limit submissions to ten (10)
pages or less (if practical), or minimum number of pages necessary to
address the requirements specified in this synopsis; using 10-point
type or larger. The Government is currently undecided on whether the
acquisition of this requirement will be conducted as an 8(a)
competition or as a small business set aside. Hence, responses to this
synopsis will be used for a market survey analysis to determine
whether the contemplated acquisition will be conducted as an 8(a)
competition or under small business set-aside procedures. In order to
be considered in this market survey, responses are required NOT LATER
THAN close of business (COB) 24 Jan 2000. Telephone responses are not
acceptable. Written responses must be mailed as follows: (1) one
original copy to: 50 CONS/LGCZW, Attn: George Knowlton, Contract
Specialist, 66 Falcon Parkway Suite 49, Schriever AFB, CO 80912-6649,
and (2) one duplicate original copy to: 21 SOPS/LGC, Attn: LaVerne
Staden, Contracting Officer, Onizuka Air Station, 1080 Lockheed-Martin
Way Box 126, Sunnyvale, CA 94089. FOLLOW-UP PRESENTATIONS: Interested
and qualified sources responding to this synopsis are requested to
provide a follow-up presentation (summarizing firms
capabilities/qualifications to perform the contract contemplated)
on-site at Onizuka AS, CA during the period 25-28 Jan 2000. Presenters
are asked to limit presentations to 20 minutes. Follow-up
presentations or conference call interviews to be conducted will be by
appointment only. Respondents must contact George Knowlton at
(719)567-3829 or at george.knowlton@schriever.af.mil to obtain a
specific date and time for providing presentations or for making a
request for or scheduling conference call interviews. Providing an
on-site follow-up presentation is voluntary and may be substituted by
conference call interview subject to coordination approval of the
Contracting Officer at 50 CONS, Schriever AFB; if requested. The
Government will not reimburse respondents for any cost associated with
submission of capability statements or on-site follow-up presentations
or interviews held in connection with this market survey. FOR
INFORMATIONAL PURPOSES ONLY: The annual value of the current contract
is $12 million (with Award Fee). Sources may access electronic copy of
the current contract_s Statement of Work (SOW) on EPS located at
www.eps.gov should they desire to read it to get more information. The
draft solicitation is tentatively scheduled to be available early
March 2000 and the formal solicitation tentatively scheduled for
mid/late April 2000. A designated website will be identified shortly
for downloading of both the draft and formal solicitations. Any
information submitted is voluntary. The Government will not pay for any
information that is submitted in response to this SOURCES SOUGHT
request. Points of Contact: George Knowlton, Contract Specialist, Phone
(719) 567-3829, Fax (719) 567-3809, Email:
george.knowlton@schriever.af.mil LaVerne G. Staden, Contracting
Officer, Phone (408) 752-6273, Fax (408) 752-3862/4061, Email:
Laverne.Staden@Onizuka.af.mil Email your questions to LaVerne Staden at
Posted 01/07/00 (D-SN414299). (0007) Loren Data Corp. http://www.ld.com (SYN# 0046 20000113\M-0001.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|