|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 27,1997 PSA#1811Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82,
Lester, PA 19113-2090 S -- VEHICLE SERVICES, NAVAL AIR ENGINEERING STATION, LAKEHURST, NJ
SOL N62472-97-R-0800 DUE 011698 POC Andy Donahue, Contract Specialist,
610-595-0626. This is a Pre-Solicitation Notice involving comparison
of the cost of performing commercial activities by a government
organization (Public Works Office, NAES, Lakehurst, NJ) to the cost of
performing these services by the private sector. The Department of
Navy intends to issue an RFP for this project. The scope of work
includes all labor, material, transportation, equipment, tools, except
as specified as Government-furnished, supervision and management
efforts necessary to determine and perform motor vehicle and heavy
equipment maintenance repair and operation at unit prices including,
management, supervision, mobilization, material and equipment costs.
The work includes operation maintenance and repair vehicles valued at
approximately $7 million. The fleet consists of automobiles, light
trucks and heavy equipment including tractors, trailers, roadway/runway
sweepers, portable welding machines, portable air compressors, front
end loaders, backhoes, road graders, snow blowers and other snow
removal equipment, crash crew and fire trucks, cranes and miscellaneous
equipment. The work includes "over the road" delivery service of
equipment and supplies, as well as "On Station" delivery of supplies
and materials. The performance period is for 12 months with four (4) 12
month options to be exercised by the Government if found to be in the
Government's best interest. FAC Clause 5252.217-9301 "Option to Extend
the Term of the Contract Services" and FAR Clause 52-127-8 "Option to
Extend Services" are included in this acquisition. It is anticipated
that Service Contract Act wages will be utilized in this contract. The
contract will also include the clause titled "Evaluation of Options"
(FAR 52.217-5) except when it is determined in accordance with FAR
17.206(b) not to be in the Government's best interest. Evaluation of
options will not obligate the Government to exercise the option(s). The
determination of the best value contractor proposal will be made based
on Source Selection procedures that provide for evaluatio nof
qualified offerors. Source selection criteria will be published in the
CBD prior to issuance of the RFP. The cost comparison study will be
conducted in accordance with OMB Circular A-76 dated 4 August 1983
(Revised) and the A-76 Supplement Handbook dated 27 March 1996
(Revised). 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 minumum cost
differential is to avoid the disruption of conveting performance of the
commercial activity based on a minimal cost savings. The SIC is 7539
and the Small Business Size Standard of $5 million are applicable to
this contract. It has not yet been determined if the proposed contract
(solicitation) will be issued as unrestricted or set-aside for small
business concerns. Future CBD notices will explain the fee requirements
for bidding documents and restrictions, if any, on which size business
vendors can submit proposals. The estimated issue date is November
1997. All vendors with the capability and interest in performing the
above described services are invited to attend a presolicitation
meeting in Building #5 at the Naval Air Engineering Station, Lakehurst,
NJ at 9:00 a.m. on Thursday, 17 April 17. This meeting will include a
discussion of pertinent information related to the services under study
and provide an opportunity for private industry to comment on the
proposed solicitation. Of particular interest are private industry
opinions concerning how the above described services are performed in
the private sector and measures of performing utilized by the private
sector. Additionally, this meeting will include a detailed explanation
of the major steps in the cost comparision study process and source
selection process. Contractors are requested to advise as to their
intent to attend the presolicitation meeting by facsimile transmission
to Mr Andy Donahue at (610) 595-0644 at their earliest convenience.
For technical questions concerning the subject notice, contact Mr Andy
Donahue at (610) 595-0626. (0084) Loren Data Corp. http://www.ld.com (SYN# 0083 19970327\S-0001.SOL)
S - Utilities and Housekeeping Services Index Page
|
|