Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2004 FBO #0817
SOURCES SOUGHT

Z -- Military Family Housing Maintenance

Notice Date
2/19/2004
 
Notice Type
Sources Sought
 
NAICS
238990 — -- All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
 
ZIP Code
23665
 
Solicitation Number
FA4800-04-R-0006
 
Response Due
2/27/2004
 
Point of Contact
Patricia Skutnik, Contract Specialist, Phone 757-764-4915, Fax 757-764-7447, - Robert Miller, Contract Specialist, Phone 757-764-2926, Fax 757-764-7447,
 
E-Mail Address
patricia.skutnik@langley.af.mil, robert.miller2@langley.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
The 1st Contracting Squadron, Langley AFB, VA is in the process of determining the acquisition strategy for a potential requirement to provide military family housing maintenance services for both Main Base (244 units) and Bethel Manor Housing (1268 units).&nbsp&nbsp&nbsp&nbspCurrent contract services expire 30 September 2004.&nbsp&nbsp&nbsp&nbspIt is anticipated that Bethel Manor will be privatized within the next 1 to 4 years with Main Base as an option in 5 years from the date of Bethel Manor?s privatization.&nbsp&nbsp&nbsp&nbspThe estimated schedule for privatization implementation for Bethel Manor is March 2005 and March 2010 for Main Base.&nbsp&nbsp&nbsp&nbspPossible delays or circumstances may alter this schedule.&nbsp&nbsp&nbsp&nbspIn order to ensure continuity of services, it is anticipated that an interim contract will be awarded for coverage until privatization is implemented.&nbsp&nbsp&nbsp&nbspThe resulting contract will include an ?opt-out? clause for each location allowing the government to terminate the remainder of the contract when privatization is implemented.&nbsp&nbsp&nbsp&nbspThe government will provide the contractor a 90-day notice prior to implementation for each location.&nbsp&nbsp&nbsp&nbspIt is anticipated that the period of performance for Bethel Manor will be from 01 October 2004 to 30 September 2005.&nbsp&nbsp&nbsp&nbspThree additional option years may be exercised extending the period of performance until 30 September 2008.&nbsp&nbsp&nbsp&nbspIt is anticipated that the period of performance for Main Base will be from 01 October 2004 to 30 September 2005.&nbsp&nbsp&nbsp&nbspSeven additional option years may be exercised extending the period of performance until 30 September 2012.&nbsp&nbsp&nbsp&nbspNAICS Code 238990 is applicable to this effort, which has a small business threshold of $12M.&nbsp&nbsp&nbsp&nbspThe government is seeking information and comments from industry on various topics that will be used to refine the requirement and acquisition strategy to include the following:&nbsp&nbsp&nbsp&nbsp(a) the government is contemplating a firm fixed price type of contract to fulfill this requirement based upon previous acquisition history.&nbsp&nbsp&nbsp&nbsp(b) Initial research indicates this service is commercial in nature and we are soliciting beneficial commercial practices and terms and conditions for consideration.&nbsp&nbsp&nbsp&nbsp(c) This potential requirement may be set-aside for certified 8(a) small business participation pending the interest received in response to this sources sought notice.&nbsp&nbsp&nbsp&nbspInterested 8(a) small businesses that believe they have the capability to perform should complete the attached Small Business Capability Assessment/Questionnaire and submit it to the POCs listed below.&nbsp&nbsp&nbsp&nbspThe Small Business Capability Assessment/Questionnaire is designed to provide general information regarding a firm?s capability and eligibility.&nbsp&nbsp&nbsp&nbspIt is also designed to allow industry to comment on the concept of the ?opt-out? clause and the Draft Statements of Work.&nbsp&nbsp&nbsp&nbspAll industry comments are encouraged and welcomed to assist us with this unique requirement.&nbsp&nbsp&nbsp&nbspAll documents associated with this projected requirement will be posted on the FedBizOpps website, www.eps.gov.&nbsp&nbsp&nbsp&nbspPlease submit your responses by noon EST on 27 February 2004.&nbsp&nbsp&nbsp&nbspThe primary POC for this procurement is 2d Lt Patricia Skutnik, 1 CONS/LGCS, 757-764-4915, e-mail: patricia.skutnik@langley.af.mil.&nbsp&nbsp&nbsp&nbspHowever, responses should be submitted to&nbsp&nbsp&nbsp&nbspMr. Robert Miller, 1 CONS/LGCS, 757-764-2926, e-mail: robert.miller2@langley.af.mil or Ms. Christin Lockhart, 1 CONS/LGCS, 757-764-2241, e-mail: christin.lockhart@langley.af.mil, the Contracting Officer for this acquisition.
 
Place of Performance
Address: 74 Nealy Ave., Langley AFB, VA
Zip Code: 23665
Country: USA
 
Record
SN00525009-W 20040221/040219222117 (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.