Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2003 FBO #0470
SOURCES SOUGHT

B -- Sources Sought A76 Cost Comparison Study Newport RI

Notice Date
3/13/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
 
ZIP Code
19113
 
Solicitation Number
Reference-Number-N62472A76
 
Point of Contact
Pat Ring, Contract Specialist, Phone 610-595-0532, Fax 610-595-0644, - Patty Hemingway, Contract Specialist, Phone (610)595-0829, Fax (610)595-0671,
 
E-Mail Address
ringpa@efane.navfac.navy.mil, hemingwaypw@efane.navfac.navy.mil
 
Description
MARKET RESEARCH and CAPABILITY Questionnaire EFA-Northeast, Naval Facilities Engineering Command, Lester,PA FOR ALL SERVICES, MATERIALS, SUPPLIES, SUPERVISION, LABOR AND EQUIPMENT TO PERFORM MAINTENANCE, REPAIR AND MINOR CONSTUCTION SERVICES FOR BUILDINGS, STRUCTURES, AND UTILITIES, AND TRANSPORTATION MAINTENANCE AND OPERATIONS SERVICES AT THE NAVAL STATION NEWPORT (NAVSTA) INCLUDING, NAVAL UNDERSEA WARFARE CENTER (NUWC), NEWPORT, RI, AND THE NAVAL RESERVE CENTER, PROVIDENCE, RI. Purpose. To perform a market survey IAW FAR Part 10. OMB Circular A-76 Cost Comparison Study. As stated in the Federal Business Opportunity (FEDBIZOPPS), sources are sought. The purpose of this study is to determine the most efficient and cost effective method of providing maintenance, repair, and minor construction services for buildings and structures (non-housing), and utilities including Water Plant & Systems Operations, Sewage & Waste Water Systems Operations, Heating Plants & Systems Operations, Electrical Plants & Systems Operations, and motor vehicle maintenance and operations services, and pest management at the Naval Station Newport (including the Naval Undersea Warfare Center, RI and the Naval Reserve Center in Providence, RI). Reference the Announced OMB Circular A-76 Studies for Naval Station Newport which lists 176 total approved positions. The study will determine whether these services will be performed under a contract with commercial sources or by the federal work force. A Government Request for Proposal (RFP) to provide these services is being developed and will be issued within TWO months. A contract may or may not result depending on the outcome of a best value comparison. Scope of Requirement. Provide all resources and management necessary to perform ALL SERVICES, MATERIALS, SUPPLIES, SUPERVISION, LABOR AND EQUIPMENT TO PERFORM MAINTENANCE, REPAIR AND MINOR CONSTUCTION SERVICES FOR BULDINGS AND STRUCTURES (NON-FAMILY HOUSING), AND UTILITIES INCLUDING WATER PLANT & SYSTEMS OPERATIONS, SEWAGE & WASTE WATER SYSTEMS OPERATIONS, HEATING PLANTS & SYSTEMS OPERATIONS, ELECTRICAL PLANTS & SYSTEMS OPERATIONS, AND MOTOR VEHICLE MAINTENANCE AND OPERATIONS SERVICES AND PEST MANAGEMENT AT THE NAVAL STATION NEWPORT (NAVSTA) INCLUDING THE NAVAL UNDERSEA WARFARE CENTER (NUWC), RI AND THE NAVAL RESERVE CENTER, PROVIDENCE RI. Employees and representatives of selected firm performing work under this contract that requires access to the site at the Naval Undersea Warfare Center (NUWC), Newport, RI are required to be U.S. citizens. No employee or representative of the selected firm will be admitted to the NUWC work site without proof of United States citizenship. Exceptions to citizenship requirements will be considered upon written request to the Contracting Officer. This procurement is the result of a Commercial Activities (OMB Circular A-76 (Revised), August 4, 1983 and Circular No. A-76, Revised Supplemental Handbook, Performance of Commercial Activities, March 1996. Furthermore, this solicitation is in conformance with the Navy?s Competitive Sourcing Support Office guidebook, ?Succeeding at Competition?, January 1997 and the Office of Chief of Naval Operations (OPNAV) Instruction 4860.7C, ?Commercial Activities (CA) Program Manual?, June 7, 1999. The proposed acquisition will be subject to Government in-house cost comparison to determine the economic feasibility of accomplishing services in-house or by contract in accordance with OMB Circular A-76. Any resultant contract will be a Combination Firm Fixed Price/Indefinite Quantity Type Contract for a base period of up to twelve months with four Twelve month option periods to extend, total duration not to exceed sixty (60) months. The contract will be awarded to the best value contractor, if the contractor?s cost proposal is lower than the Government?s proposal, taking into consideration the minimum cost differential requirements. The minimum differential is the lesser of 10 percent of the personnel costs in the Government In House Cost Estimate (IHCE) or $10 million over the performance period. The purpose of the minimum cost differential is to avoid the disruption of coverting performance of the commercial activity based on a minimal cost savings. The North American Industry Classification Code for this requirement will be 561210 with the average annual receipts for the last three years being $20,000,000.00. The proposed contract is being considered for a set-aside for Small Business concerns. Interested Small Business concerns should, as early as possible, but no later than 15 calendar days after this notice, indicate interest in the acquisition by providing the completed Market Survey Form attached to this notice to the contracting officer. You may send your response by facsimile to Patricia Ring at (610) 595-0535 or 0536 or mail to Engineering Field Activity, Attn: Patricia Ring, Code NEAQ, 10 Industrial Highway, Mail Stop 82, Lester, PA 19113-2090. If adequate interest is not received from Small Business concerns, the solicitation will be issued as Unrestricted. Future CBD notices will be available via Webb Address: http://esol.navfac.navy.mil. Providing the bidding documents and restrictions, if any, on which bidders can submit proposals. The estimated issue date is May 30, 2003. All contractors submitting bids must be registered in the Central Contractor Registration at www.ccr2000.com. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. Availability of the solicitation will be limited to the electronic medium (see FAR 5.102(d)); the solicitation will be available for download free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil. All prospective offerors and planholders should register as planholders as soon as possible on the website in order to receive a copy of the solicitation and notification of site visits, etc. The official planholder's list will be maintained at http://esol.navfac.navy.mil and can be printed from that website. Registering offerors and plan rooms must provide a complete name, address, phone number including area code, offeror type (prime contractor, subcontractor, suppliers, planholders, etc.), email address and type of business (large, small, small disadvantaged, woman owned, etc.) Notification of any amendments to the solicitation will only be made on the website. It is the sole responsibility of the offeror to continually view the website for any amendments made to the solicitation. Specifications will be available for viewing and downloading on or about May 30, 2004 pending approval. The free Adobe Acrobat Reader, required to view PDF files, can be downloaded from the Adobe website. A Pre-proposal Conference/Site Visit is tentatively scheduled to be at the Naval Station Newport, RI approximately thirty days after solicitation. Proposals will be due approximately thirty days after the site visit discounting substantial amendments to the solicitation. Specific dates, as they become available, will be announced at http://www.esol.navfac.navy.mil. All responsible sources may submit an offer, which will be considered. In accordance with the provisions of DFARS 252.2004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the database on the part of an offeror will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov/. It is the intention of this solicitation to include maintenance, repair, and minor construction that is currently contracted out. This list is not intended to be all inclusive but rather to provide an overview of the variety of services required to support the mission of the Naval Station Newport including Naval Undersea Warfare Center (NUWC), Newport, RI, and the Naval Reserve Center, Providence, RI. Period of Performance/Estimated Value. Base year and four- (4) twelve month option periods. Instructions to Interested Parties. To submit a response, download the attached market survey, complete all areas, and fax (or e-mail) to ringpa@efane.navfac.navy.mil or fax 610-595-0535 or 0536. If additional space is needed, please attach a continuation sheet to the survey document. MARKET SURVEY COMMERCIAL ACTIVITIES (CA) COST COMPARISON STUDY UNDER OMB CIRCULAR A-76 FOR FACILITIES MANAGEMENT SERVICES AT THE NAVAL STATION NEWPORT INCLUDING THE NAVAL UNDERSEA WARFARE CENTER, NEWPORT, RI AND THE NAVAL RESERVE CENTER, PROVIDENCE, RI CONDUCTED BY: EFA-NORTHEAST, NAVFACENGCOM, LESTER, PA 19113-2090 NAME OF COMPANY: ADDRESS: POINT OF CONTACT: PHONE/FAX/EMAIL ADDRESS: 1. What is your company size under the North American Industry Classification Code of 561210, with the average annual receipts for the last three years of $20,000,000. ___Large ___Small 2. Does your company regularly engage in the business of providing Facilities Maintenance, Utilities Operation and Maintenance, and Transportation Services? ________Yes _________No 3. How long has your company provided these types of facilities support services? 4. If so, please list the specific types of tasks/services provided. 5. Please list any contracts your company is currently performing that would be considered the same as/similar to this effort (size, scope, complexity) as well as those you have completed within the last three years, including contract number, title, location, type, award amount, final contract amount and references with name and phone number. Reference Announced OMB Circular A-76 Studies for NAVSTA Newport which list 176 total approved positions. 6. Is your company performing these efforts successfully? (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings; the absence of Contract Discrepancy Reports, deductions, Cure/Show Cause Notices, or Option Periods not exercised.) ? Please explain. 7. Provide detailed resumes of company principals with the firm to include their general Facility Support Contract experience. 8. Was award for these contracts made under formal source selection procedures? 9. Does your company normally submit a proposal as its own business entity or as a joint venture when competing for this type of work? When competing as a joint venture, list those firms with whom you were affiliated. 10. Based on the referenced projects provided, what percentage of the total effort does your company normally subcontract for this type of work? 11. What specific portions of this type of effort would your company elect to subcontract? 12. Has your company performed contracts requiring corporate and individual security clearances at Top Secret, Special Compartmented Information (TS-SCI) levels? 13. Where would you plan to obtain your labor force to perform this type effort in the Newport, RI area? There is a known shortage of labor forces in the Newport, RI area.
 
Place of Performance
Address: Newport, Rhode Island
Country: USA
 
Record
SN00278973-W 20030315/030313213848 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.