|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1997 PSA#1930Commercial Acquisition Department, Bldg 11, Naval Undersea Warfare
Center Division, Newport, Code 59, Simonpietri Dr., Newport, RI
02841-1708 V -- NAVAL UNDERSEA WARFARE CENTER DIVISION NEWPORT A-76 COMMERCIAL
ACTIVITIES STUDY FOR TRANSPORTATION AND RIGGING SERVICES SOL
N66604-97-R-6262 POC Bonnie Stevens at (401) 841-2442 X268 WEB: NAVAL
UNDERSEA WARFARE CENTER DIVISION, NEWPORT,
http://www.npt.nuwc.navy.mil/contract/. E-MAIL: B. L. Stevens,
Negotiator, stevens@code59.npt.nuwc.navy.mil. The Naval Undersea
Warfare Center Division Newport is seeking potential sources under OMB
Circular A-76 (Cost Comparison Study) to perform Transportation and
Rigging Services. The services to be performed include: all management,
supervision, coordination, personnel, and labor to accomplish the
Transportation and Rigging Department services. These services include:
transportation, rigging, crane operation, movement of explosives and
ordnance items, hazardous materials, loading and unloading ships; crane
and rigging operations; material transport and heavy trucking; moving
office and laboratory equipment; forklift services; passenger
transportation via buses, van, and passenger cars; management of
vehicle and forklift pools; maintenance and repair of approximately 112
of: cranes, heavy trucks, light trucks, passenger vehicles, material
handling equipment, and other engine-driven devices; record keeping and
administrative support services.; and services required to achieve and
document environmental compliances. In order to demonstrate capability
and qualifications to perform the required work, potential sources must
have experience in providing operations, management and maintenance of
vehicles to the standards of NAVFAC P-300; operation, management and
certification of cranes to the requirements of NAVFAC P-307; and
experience in performing handling and movement of explosives and
ordnance under the procedures and restrictions of NAVSEA OP-5, NAVSEA
OP-2165, and NAVSEA OP-2239, and NAVSEA SW023-AH-WHM-010; Potential
sources must also comply with all applicable Federal and State Laws and
Regulations. The majority of the services will be performed on-site at
the Naval Undersea Warfare Center Division, Newport, Newport, RI., but
will also involve management and maintenance of a small number of
vehicles and equipment items located in East Lyme, CT., Fisher's
Island, NY., and Dresden, NY. Specialty services, with demanding
requirements to meet deadlines, will be required to support tests and
exercises occurringat sea. Transporting periscopes to U.S. Navy
submarines is also required. Rigging and handling of ordnance will
require travel to other geographic locations such as Hawaii,
California, and Florida to support tests and exercises, including
deployment on U. S. Navy Vessels. The anticipated contract type is a
Firm Fixed Price type contract with the ability to place task orders
under Indefinite Delivery/Requirements provisions. The anticipated
performance period is twelve months, with four (4) 12 month options. It
has not yet been determined if this procurement will be "unrestricted"
or set aside for small business concerns. Interested parties are
requested to submit a brief statement demonstrating their capability to
perform the services listed above. Replies are limited to three (3)
pages. Responses may be submitted via E-Mail to:
Stevens@Code59.Npt.Nuwc.Navy.Mil, or the following address: Commercial
Acquisition Department, Building 11, Naval Undersea Warfare Center
Division, Newport, Code 5914, Attn: Bonnie Stevens, Simonpietri Drive,
Newport, RI 02841-1708. Responses may also be telefaxed to (401)
841-4820. Responses shall include the offeror's size status. See
requirement below. Responses to this notice shall be received no later
than 23 SEP 97. This synopsis is an advance notice for information and
planning and is not a solicitation notice. Requests for copies of the
solicitation will not be honored at this time. A formal synopsis will
be issued at a later date. The anticipated schedule is as follows:
issue formal CBD synopsis -- late -September, 1997; issue preliminary
draft of Performance Work Statement (PWS) -- late September 1997;
release solicitation -- late October 1997; host Site Visit and
Pre-Proposal Conference -- late November 1997; solicitation closing --
late December 1997. The Government is not committed nor obligated to
pay for the information provided and no basis for claims against the
Government shall arise as a result of a response to this Request for
Information, or Governmentuse of this information. (0254) Loren Data Corp. http://www.ld.com (SYN# 0090 19970915\V-0003.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|