|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1997 PSA#1932Fleet and Industrial Supply Center, Norfolk Washington Detachment 901
M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC
203 M -- OPERATIONS OF GOVERNMENT -OWNED FACILITITIES SOL N00600-97-I-3903
DUE 102497 POC Mr. Thomas Weems, Contract Specialist, Code 02w1.7B at
(202) 433-4184 17. The Fleet and Industrial Supply Center Norfolk,
Detachment Washington, intends to issue a draft solicitation Request
For Information (RFI), N00600-97-I-3903, for industry comment in
support of the National Archives and Records Administration (NARA), for
Consolidated Facilities Management (CFM) services to operate and
maintain the Archives I (AI) facility at Washington, DC and the
Archives II (AII) facility at College Park, MD. Requests for a copy of
the draft solicitation shall be received no later than 10 October
1997. Comments are encouraged on the draft solicitation and are due no
later than 24 October 1997. The CFM Contractor shall provide all
program management, engineering, and technical services required to
operate and maintain both facilities. The Contractor shall provide all
management, personnel, equipment, transportation, tools, materials,
engineering, supervision, and support necessary to perform the
consolidated facilities management support at the Archives I and
Archives II facilitieswith the exception of the mailroom operations,
cafeteria operations, and the security guard services. The CFM services
for each facility include, but are not limited to: facility and site
program management, building and site systems operation and maintenance
(including HVAC, electrical systems, elevators, compact and fixed
shelving system, plumbing systems, fire safety and security systems,
and other general equipment), landscaping and grounds care, interior
and exterior buildings maintenance, garage and parking areas; exterior
site storm drains, housekeeping and custodial services, miscellaneous
utility work (includes repair of Government owned items such as
furniture), supply support (including shipping and receiving),
warehouse operations, transportation (shuttle bus) services, day care
facility operations (AII only), and physical fitness center operations
(AII only). The Contractor shall provide continuous operations and
maintenance of the Archives I and Archives II systems and equipment and
shall have personnel present at each facility 24 hours per day, 365/366
days per year to carry out this responsibility. The Contractor shall
implement a comprehensive quality control system to ensure that the
unique standards of Archives I and Archives II are fully maintained.
The government intends to award a Performance Based, Firm Fixed Price
and Indefinite Delivery Indefinite Quantity type contract. The
government intends to have oral presentations with only Contractor
personnel participating in the presentation. This requirement is for a
base year and four one-year options. The SIC code for this requirement
is 8744. This requirement is unrestricted and full and open competition
is encouraged. The following Small, Small Disadvantaged and Women-Owned
Small Business goals are being considered for this requirement: 20% of
the total contract value to Small Business, of which 5% of the total
contract value shall go to Small Disadvantaged Businesses, and 5% of
the total contract value shall go to Women-Owned Small Businesses.*****
(0258) Loren Data Corp. http://www.ld.com (SYN# 0074 19970917\M-0003.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|