Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13, 2001 PSA #2787
SOLICITATIONS

J -- SOURCES SOUGHT FOR PERFORMANCE OF THE TOOLS AND PARTS ATTENDANT SERVICES FUNCTION AT THE NADEP CHERRY POINT UNDER OMB CIRCULAR NO. A-76(COMMERCIAL ACTIVITIES STUDY)!!

Notice Date
February 9, 2001
Contracting Office
Contracts Group, Naval Air Warfare Center Aircraft Division, Bldg 2272 Suite 353, 47123 Buse Road, Patuxent River, MD 20670-1547
ZIP Code
20670-1547
Solicitation Number
N00421-01-R-0171
Response Due
June 29, 2001
Point of Contact
Contract Specialist: Michael Mumford, (301) 757-9732; Contracting Officer: BethAnne Caccivio, (301) 757-9748
E-Mail Address
http:/www.navair.navy.mil/business/ecommerce/index.cfm (http:/www.navair.navy.mil/business/ecommerce/index.cfm)
Description
17. This is a SOURCES SOUGHT synopsis. This sources sought synopsis requests information needed by the Government prior to release of any potential solicitation. Details follow-please read this entire synopsis. OFFERORS MUST RESPOND TO THE QUESTIONS CONTAINED (BELOW) IN THIS SYNOPSIS. This is not a request for proposals and in no way obligates the Government to award any contract. The Naval Aviation Depot (NADEP), Cherry Point, North Carolina, is seeking sources capable of providing Tools and Parts Attendants services. These services include logging receipt, tracking location, materials issuance and maintaining all tools and parts used by the NADEP in performance of aircraft maintenance, facilities maintenance and modification programs. The effort will include the handling of hazardous materials. Currently, the Government in-house workforce is performing the services. Private sector offerors will be assessed using best value procedures to determine the offeror for cost comparison to Government, under OMB Circular A-76, Commercial Activities Studies, to determine the source to perform the work. Accordingly, a contract may or may not ultimately be awarded as a result of the study/cost comparison. If a contractor is selected as the most cost effective service provider, an award will be made in accordance with OMB Circular A-76 in conjunction with all other applicable Government and Navy acquisition regulations. Any resultant contract is anticipated to be for a base year and up to four one-year option periods. Personnel of the service provider (i.e. selected source) may be required to pass a specific background check, however, this process is not the process associated with obtaining Department of Defense Security Clearances nor as involved. If you are interested in competing for this requirement, please indicate your interest by sending an E-mail to Michael Mumford at mumfordmd@navair.navy.mil NO LATER THAN 20 February 2001. All valid Internet responses from prospective offerors must provide a point of contact, the return Internet e-mail address, mailing address, telephone number, and facsimile number in the body of the response. Responses without the aforementioned information will not be recognized as valid. In addition, to assist in the planning of acquisition strategy, please respond to the following questions: North American Industry Classification System (NAICS) code 56121, please indicate the following: (1) Is your business a large or small business? (2) If small, does your firm qualify as a small, emergent business or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(A) of the Small Business Act? (4) Is your firm a certified "hub zone" firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned and Veteran-Owned? (7) Is your firm currently ISO 9001 (1994), ISO 9002 (1994) or ISO 9001 (2000) registered in accordance with ANSI-RAB accreditation requirements? (8) If not currently registered, by what date do you anticipate becoming ISO 9001 (1994), ISO 9002 (1994) or ISO 9001 (2000) registered in accordance with ANSI-RAB? (9) If your firm is or plans to become registered, is or will this registration be ISO 9001 (1994), ISO 9002 (1994) or ISO 9001 (2000)? (10) What specific actions have you taken towards this certification? ALL PROSPECTIVE OFFERORS MUST USE THE INTERNET TO RESPOND TO THIS SYNOPSIS. TELEPHONE AND FACSIMILE RESPONSES TO THIS SOURCES SOUGHT WILL NOT BE ACCEPTED. The solicitation will be made available over the Internet in Microsoft Word 6.0TM format and will reside upon the NAVAIR Homepage, located on the World Wide Web. Specifically, the URL for the NAVAIR homepage is http://www.navair.navy.mil/business/ecommerce/index.cfm. NO SOLICITATION EXISTS AT THIS TIME. It is currently anticipated that the solicitation will be released by May 11, 2001. It is recommended that you respond to this synopsis, including all information above, if you would like to be notified electronically upon release of the solicitation. All offerors who request to be notified will be informed via e-mail. Notification of solicitation issuance will be made only once. The Government is not responsible for inability to deliver to provided e-mail addresses.!!
Web Link
mumfordmd@navair.navy.mil (http:/www.navair.navy.mil/business/ecommerce/index.cfm)
Record
Loren Data Corp. 20010213/JSOL001.HTM (W-040 SN50D334)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on February 9, 2001 by Loren Data Corp. -- info@ld.com