Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 16,1996 PSA#1701

Engineering Field Activity, NW, NAVFACENGCOM, 19917 7TH Ave NE, Poulsbo, WA 98370-75

M -- BASE OPERATING SERVICES CONTRACT FOR NAVAL SUBMARINE BASE, BANGOR, BANGOR, WASHINGTON SOL N44255-95-R-6130 DUE 013197 POC John R. Reynolds, II, Contract Specialist, (360) 396-0252, Crystal E. Corey, Contracting Officer, (360) 396-0291. Base Operating Services Contract (BOSC) shall include a variety of base operating services for the Naval Submarine Base (SUBASE), Banor complex and various tenant commands including, but not limited to; operation, maintenance, repair and janitorial services of structures, facilities, utilities, treatment plants, boiler plants, vehicles, cranes, trackage, family housing units, roads and grounds, landscaped areas, pest control, transportation, waste collection and disposal, hazardous waste handling, emergency spill response and spill cleanup, procurement suport, subsistence ready supply, mess attendance services, billeting (bachelor quarters) support, security and fire protection services, photographic and guard mail services, engineering, construction and construction management services. Work will be performed primarily at SUBASE, Bangor in Kitsap County which is comprised of approximately 7,200 mostly forested acres containing buildings utilized for administration, housing and personnel support services. Performance of work is also located at various tenant commands including, but not limited to; Naval Undersea Warfare Center, Keyport, Washington; Naval Hospital, Bremerton, Washington, Naval weapons training range at Camp Wesley Harris, Bremerton, Washington, Naval Ordnance Center Pacific Division Detachment, Port Hadlock, Washington; outlying Navy owned family housing (including Puget Sound Naval Shipyard); and other Navy facilities. The technical specification, which includes the description of work requirements, workload data and minimum standards of performance is structured in a ''tabular'' format. This is a Firm Fixed Price and Indefinite Quantity type contract with an Award Fee Provision for a base period and four (4) option years. This procurement is being solicited as competitive negotiations utilizing formal Source Selection Procedures. Oral presentations are contemplated and will be scheduled shortly after the proposal due date. The evaluation factors are price and quality. The quality subfactors include; Understanding Requirements/Method of Operations, Past Performance, Staffing and Organization, Experience and Subcontracting Experience, Achievements and Goals. A pre-proposal conference, to include a site visit will be conducted at SUBASE, Bangor, Washington on November 19 through 21, 1996. It is anticipated that the conference and the tour will last approximately three days. Offerors interested in sending representatives to the pre-proposal conference should contact Sherry Esmond or Cindy Harley at (360) 396-4479 or 4596 for reservations by close of business November 15, 1996. Attendees are requested to limit the number of representatives to four (4). Attendees must provide full names and Social Security Numbers and must be U.S. Citizens. Request for Proposals (RFP) will be availaable on or about November 4, 1996 at no charge until supply is exhausted. RFPs for this solicitation will be issued on CD-ROM. Files are in Microsoft Word 6.0 and Excel 5.0. No other format will be available. Offerors may request RFP Number N44255-95-R-6130 in person, by mail, or by FAX from EFA NW. Telephone requests will not be accepted. You may FAX a request to (360) 396-0998 or mail a request to Engineering Field Activity Northwest (Plan Issue), Naval Facilities Engineering Command, 19917 - 7th Avenue NE, Poulsbo, Washington 98370-7570. Your request must include the solicitation number (N44255-95-R-6130), complete company name, address, telephone number, including area code, and whether you would be a prime/sub/supply contractor. You must indicate whether you are a small business, small disadvantaged business, large business or if you are a woman-owned business. You may also request to be added to our data base for future requirements by requesting a Bidders Mailing List Application when you request this solicitation. Plan holders lists will not be faxed. This procurement is open to all business concerns. SIC Code is 8744. Small business size standard is $20 Mil. All responsible sources may submit a proposal which will be considered by the agency. (0285)

Loren Data Corp. http://www.ld.com (SYN# 0053 19961015\M-0001.SOL)


M - Operation of Government-Owned Facilities Index Page