Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 9,1998 PSA#2047

Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090

M -- TRANSPORTATION AND RIGGING SERVICES AT THE NAVAL UNDERSEA WARFARE CENTER DIVISION NEWPORT, NEWPORT, RI SOL N62472-98-R-0831 DUE 052098 POC Margaret A Finiello, Code 02C, (610) 595-0630, Fax (610) 595-0644/45. THIS IS THE FIRST OF TWO (2) PRE-SOLICITATION NOTICES BEING ISSUED FOR THIS PROJECT. THIS PRE-SOLICITATION NOTICE REPLACES THE PRE-SOLICITATION NOTICES ISSUED BY NAVAL UNDERSEA WARFARE CENTER DIVISION NEWPORT UNDER SOLICITATION NUMBER N66604-97-R-6272 ON 15 SEPT AND 15 OCT 1997. SOLICITATION N62472-98-R-0831, WHICH WILL BE ISSUED BY NORTHERN DIVISION, NAVFAC, REPLACES PREVIOUS SOLICITATION N66604-97-R-6272. This solicitation involves the comparison of the cost of performing commercial activities by the Naval Undersea Warfare Center Division Newport, Newport, RI to the cost of performing these services by the private sector. The Department of Navy intends to issue an RFP (Request for Proposal) for this project. This is a cost comparison study which will be conducted in accordance with OMB (Office of Management and Budget) Circular A-76 dated 4 August 1983 (Revised) and the A-76 Supplemental Handbook dated 27 March 1996 (Revised). Public Work services are currently being performed by Government employees. The services to be compared under this solicitation 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; records keeping and administrative support services; and services required to achieve and document environmental compliances. In order to demonstrate capability and qualifications to perform the reqired 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 occurring at 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 base contract performance period is anticipated to be up to 12 months with up to four (4) 12 month options for a total of sixty months. Options will be exercised by the Goverment 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 solicitation. It is anticipated that Service Contract Act (SCA) Department of Labor (DOL) wages will be incorporated into the solicitation. 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 firm determined to be most advantageous to the Government, price and other factors considered, will be made based on Source Selection procedures that provide for evaluation of qualified offerors. Source selection evaluation criteria will be published in the CBD prior to issuance of the RFP. The contract will be awarded to the firm determined to be most advantageous to the Government, price and other factors considered, 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 converting performance of the commercial activity based on a minimal cost savings. The Source Selection process affords the Navy the opportunity to obtain high quality services at a reasonable price. Additionally, this process allows for discussions with contractors which gives us the opportunity to ensure that they have a clear understanding of the scope. The successful offeror will be the one that demonstrates the best overall capability to perform the work in a manner most advantageous to the government, as determined by evaluation of proposals according to the established criteria. Offerors will be encouraged to demonstrate innovative techniques to establish that their proposal will provide maximum benefit to the Government. The SIC is 8744 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. A second CBD notice will explain the fee requirements for bidding documents and instruction on how to obtain the plans and specifications. The proposal is currently being considered for a set-aside for Small Business concerns. Interested Small Business concerns should as early as possible, but not later than 15 days after this notice, indicate interest in this acquisition by providing to the contracting officer evidence of your eligibility as a Small Business concern and three (3) references of current or recently completed contracts for similar services in the $5.0 million dollar range including all options. A current financial statement and the DUNS number assigned to your firm are also to be submitted. FIRMS WHO PREVIOUSLY SUBMITTED RESPONSES CONCERNING THEIR SMALL BUSINESS ELIGIBILITY UNDER N66604-R-6272 MUST RESUBMIT THEIR EVIDENCE OF CAPABILITY AS STATED HEREIN. You may submit your documentation by facsimile to Mrs. M. Finiello at (610) 595-0644/0645 or mail to Northern Division, Naval Facilities Engineering Command, Attn: Code 02C, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090. This is not a request for proposal nor does the Government intend to pay for the requested information. Additionally no telephone solicitations or office visitations for presentations will be accepted at this time. All information received will be treated as proprietary information. If adequate interest is not received from Small Business concerns, the solicitation will be issued as Unrestricted. The tentative issue date of the solicitation is 20 April 1998. Questions concerning the subject notice are to be directed to Mrs. Margaret A Finiello, Contract Specialist, Code 02C at (610) 595-0630. (0063)

Loren Data Corp. http://www.ld.com (SYN# 0082 19980309\M-0001.SOL)


M - Operation of Government-Owned Facilities Index Page