Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 18,1997 PSA#1974

Fleet and Industrial Supply Center, Norfolk Washington Detachment 901 M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC 203

M -- CONSOLIDATED FACILITIES MANAGEMENT SERVICES FOR NATIONAL ARCHIVES SOL N00600-96-R-3903 DUE 020598 POC For a copy of the solicitation contact FISC Norfolk Detachment Washington Customer Service Center by fax at (202) 433-9569. For additional information contact: Cristina Gonzalez at (202) 433-2913 or via the internet WEB: None., http://www.nor.fisc.navy.mil/contracts/solicitations/Default.htm. E-MAIL: @fmso.navy.mil, cristina_gonzalez@fmso.navy.mil. The Fleet and Industrial Supply Center, Norfolk Detachment Washington has a requirement to procure on an unrestricted basis Consolidated Facilities Management (CFM) services to operate and maintain National Archives and Records Administration (NARA) facilities: 1) Archives I located in Washington, DC; and 2) Archives II located in College Park, MD. The 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, supplies, engineering, supervision, and support necessary to perform consolidated management support at the Archives I and II facilities with the exception of the mailroom operations, cafeteria operations, and 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 (Archives II facility only), and physical fitness center operations (Archives II facility only). There is a directed subcontract to Easter Seals Society for the child care facility at Archives II. The Contractor shall provide continuous operations and maintenance of the Archives I and II systems and equipment and shall have personnel present at each facility 24 hours a 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 II are fully maintained. The Navy intends to award a Firm-Fixed Price and Indefinite Delivery Indefinite Quantity type contract. Additional services, minor repair, and alterations on an IDIQ basis. The requirement is for one base year and four option years with an option to extend for another 6 months of service. Estimated start of performance 01 JUL 1998. Estimated date of facility turnover to the contractor is 01 OCT 1998. The SIC code for the requirement is 8744. The requirement is unrestricted and full and open competition is encouraged. The following Small, Small Disadvantaged and Women-Owned Small Business minimum goals will apply to the requirement: Small Business -- 20% of the total value of the contract; Small Disadvantaged Businesses -- 5% of the total value of the contract; and Women-Owned Small Business -- 5%. There will be a site visit for both facilities and a pre-proposal conference at Archives II which will address all questions regarding the procurement. The site visits and pre-proposal conference will be scheduled between 05 JAN 1998 through 16 JAN 1998. Please check solicitation for exact dates of the site visit and pre-proposal conference. Offerors are strongly encouraged to attend both site visits and the pre-proposal conference. NARA will provide offerors with access to a Reading Room containing additional information, including, but not limited to: NARA procedures, facility plans and designs, Government Furnished Equipment lists, bidder's mailing list, etc. Offerors must schedule appointments for access to the Reading Room. A photocopier is available for photocopying legal size documents or smaller at a charge of 10 cents per copy. Offerors may pay for copies by buying a copy card from the NARA cashier or making a check payable to NARA Trust Fund. The Reading Room will open from 9:00 a.m. to 5:00 p.m. once the solicitation is made available to offerors. The Navy intends release of the solicitation during the first week of December 1997. The solicitation due date is 60 days after issuance of the solicitation. The deadline for the issuance and the closing date of the solicitation are approximate; please see the solicitation for exact dates. Award will be made to the offeror that offers the best value to the government. Oral presentations will be required as part of the offeror's proposal. Oral presentations will be scheduled with offerors after the close of the solicitation. Details concerning the oral presentations and all evaluation criteria is contained in the solicitation. The solicitation will be issued using new FAR Part 15 procedures in accordance with Federal Acquisition Circular 97-02. See Note 26. (0318)

Loren Data Corp. http://www.ld.com (SYN# 0048 19971118\M-0002.SOL)


M - Operation of Government-Owned Facilities Index Page