Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 27,1997 PSA#1811

Northern 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