|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 18,1998 PSA#2054Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82,
Lester, PA 19113-2090 M -- FACILITIES, MAINTENANCE, AND REPAIR AT THE NAVAL SUBMARINE BASE,
NEW LONDON, GROTON, CT SOL N62472-98-R-0830 DUE 051698 POC Judith A
Mercede, Contract Specialist, 610-595-0630, Fax 595-0645. This is the
First of Two Pre-Solicitation Notices involving the comparison of the
cost of performing commercial activities by a government organization
(Public Works, NAVSUBASENLON) at Groton, CT and its associated field
stations, annexes, reserve centers, and tenant activities 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 04
August 1983 (Revised) and the A76 Supplemental Handbook dated 27 March
1996 (Revised). Public work services are currently being performed by
Government employees. The scope of work will include all labor,
material, transportation, equipment, tools, except as specified as
Government-furnished, supervision and management efforts necessary to
determine and perform work requirements which involves providing the
Naval Submarine Base with facility and utility infrastructure
maintenenace, operation and repair. The work scope of work includes,
but not limited to labor, supervision, administration, staffing and
materials required to operate and maintain all facilities, structures,
and utility distribution systems. The station has approximately
3,758,035 square feet of various occupancy space, valued at
$806,171,211, dispersed over an area of approximately 647.36 acres and
minor utility maintenance in off-base Navy housing. The base contract
performance period is anticapated 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 Governement if found to be in the Government's best
interest. FAC Clause 5252.217-9301 "Option to Extend the Term of the
Contract-Services", FAR Clause 52.217-8 "Option to Extend Services"
will be included in the solicitation. It is anticipated that
Service-Contract Act(SCA) Department (DOL) wages and Davis-Bacon
Act(DBA) wages will be incorporated into the solicitation. The
solicitation will also include FAR Clause 52.217-5, "Evaluation of
Options" 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 the 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 CDB prior to
issuance of the RFP. The contract will be awarded to the firm
determined to be the 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 minimum cost differential is to avoid the disruption of
converting performance of the commercial activity based on a minimal
cost savings. It has not yet been determined if the proposed contract
(solicitation) will be issued as an unrestricted or set-aside for small
business concerns. The proposed contract (solicitation) is being
considered for a set-aside for Small Business concerns. Interested
Small Business concerns should as early as possible, but not later than
15 calendar days after this notice, indicate interest in this
acquisition by providing to the contracting officer evidence of your
firms capability to perform. Evidence of capability shall include, at
a minimum, a postive statement of 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. You may submit
your documentation by facsimile to Mrs. J. Mercede at (610)
595-0644/0645 or mail to Northern Division, Naval Facilities
Engineering Command, Attn Mrs. J. Mercede, 10 Industrial Highway,
Mailstop 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 for Small Business concerns, the solicitation will be issued
as Unrestricted. The SIC Code is 8744 and the Small Business Size
Standard is $20 million. The tentative issue date of the solicitation
is March/ April 1998. A second CBD notice will explain the fee
requirements for copies of the solicitation bidding documents.
Questions concerning the subject notice, contact Mrs. Judith Mercede,
Contract Specialist, Code 02C, at (610) 595-0630. (0075) Loren Data Corp. http://www.ld.com (SYN# 0047 19980318\M-0001.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|