Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5, 2000 PSA #2700
SOLICITATIONS

Z -- POTENTIAL SOURCES SOUGHT FOR A-76 STUDY FOR BASE OPERATING SERVICES AT THE MARINE CORPS RECRUIT DEPOT, CALIFORNIA

Notice Date
October 3, 2000
Contracting Office
SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187
ZIP Code
92132-5187
Solicitation Number
N68711-01-R-MCRD
Point of Contact
Lisa Young 619-532-1181 or Sonnya Crook 619-532-2993
E-Mail Address
Contract Specialist (younglm@efdsw.navfac.navy.mil)
Description
The Southwest Division, Naval Facilities Engineering Command (SOUTHWESTNAVFACENGCOM), Contracts Department, is hereby soliciting information for potential sources to provide services for the Facilities Division at the Marine Corps Recruit Depot, San Diego, CA. A cost comparison to determine the feasibility and economy of converting the Facilities Division Services performed by Government Personnel to contract performance is simultaneously being done. A contract will not be awarded unless the costs of contracting are lower than the costs of continued Government performance by a factor equal to or greater than ten percent of the government's personnel costs or $10,000,000.00 over the performance period. Government personnel adversely affected by conversion of Government performed services to contract have Right of First Refusal for jobs for which they are qualified. The following facilities division services are included in the A-76 study: facilities maintenance and repair; facilities maintenance & repair to historical structures; family housing maintenance; pest control; self-help program; maintenance & repair of refrigeration, air conditioning, ventilation, heating equipment and systems; maintenance & repair of electrical transmission & distribution systems; operation, maintenance & repair of heating plants & distribution systems; operation, maintenance & repair of water plants & distribution systems; maintenance & repair of sewage collection and reclaimed water chlorinating systems; maintenance & repair of fire protection systems; facilities planning (MILCON, NAF, Family housing); facilities project management; engineering support services; project design; drafting; utility management; utility conservation; environmental services; environmental training; hazardous waste handling; recycling; solid waste management; maintenance of UST/AST; cultural resources; program management and direct overhead support of said services Service requirements include the following: (1) The contractor shall have the appropriate licenses to provide said services (2) The contractor must furnish labor and supervision (3) The contractor will be responsible for planning, scheduling, and service writing. The successful offeror will provide all management, personnel, tools, equipment, replacement parts, materials, and appliances to perform these services. If the cost comparison results in contract performance, the contract performance period will include one base year and four (4) twelve month option years and the ability to earn an additional three (3) twelve month award term years. A performance-based combination firm fixed price, indefinite quantity type contract is anticipated. The estimated magnitude of the requirement is $5 to $8 million per year. The North American Industrial Classification System (NAICS) code is 561210. Small businesses who do not have the requisite experience to manage a multi-function Base Operating Services (BOS) contract are encouraged to address teaming arrangements with other businesses that, together, would demonstrate the potential to perform a contract of this size and complexity. Interested sources should provide a letter of interest to the address below. This statement should include the following: 1) Name and address of the firm 2) Size of business including annual revenue for NAICS code 561210 and entire business, and total number of employees 3) Ownership, i.e. large/small/small disadvantaged/8a/or woman owned 4) Year firm established 5) Names of two principals to contact, including title and telephone number 6) Previous experience: Please include information for on-going contracts or contracts completed within the last five years under SIC code 8744. Pertinent information is as follows: A. Name of contracting activity B. Contract number C. Contract type (FFP, Cost, IDIQ or combination) D. Period of performance, contract value per year (actuals for past contracts) E. Summary of contract work F. Contracting Officer name and current telephone number G. Contracting Officer's Technical Representative (name and current telephone number) H. List of major subcontractors including names, addresses and telephone numbers of primary point of contact. Your capability statement is requested NLT two weeks after the release date of this synopsis to SWDIVNAVFACENGCOM, 1220 Pacific Highway, Code 02X2.LY, San Diego, CA, 92132 by mail, fax (619) 532-4903, or electronic submission to younglm@efdsw.navfac.navy.mil in Microsoft Word format. This synopsis is for informational and planning purposes only. All information submitted is at the offeror's own expense. Respondents will not be notified of the results of the evaluation. Qualified respondents will be included on the source list for any resulting solicitation. The Government reserves the right to consider a small business set-aside based upon the responses received.*****
Web Link
NAVFAC Website (http://esol.navfac.navy.mil)
Record
Loren Data Corp. 20001005/ZSOL017.HTM (W-277 SN5032F5)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on October 3, 2000 by Loren Data Corp. -- info@ld.com