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