|
COMMERCE BUSINESS DAILY ISSUE OF MAY 4,1998 PSA#208721 CONS/LGCC 700 Suffolk St Peterson AFB CO 80914-1200 R -- A-76, CIVIL ENGINEER, TRANSPORTATION, INFORMATION MANAGEMENT --
821ST SPACE GROUP, BUCKLEY ANGB CO SOL F0560498R8001 DUE 051598 POC
June Smith, (719) 556-7995 E-MAIL: click here to contact the
contracting officer via e-mail, jusmith@spacecom.af.mil. Sources Sought
-- Sources are currently being sought for the OMB A-76 Cost Study for
the 821st Space Group Civil Engineering, Transportation and Information
Management functions at Buckley ANGB CO. The 821st Civil Engineering
Squadron services include management and administrative support for
facility maintenance, plant operations, Management Information Systems,
processing work requests/orders, infrastructure support,
architect/engineer design and construction management, real property
management, disaster preparedness, CE material control, and CE funds
management. The 821st Transportation Squadron services include the
management, operation and maintenance of all Government registered,
non-registered vehicles and equipment authorized/assigned on the HQ
AFSPC Vehicle Authorization List (VAL) and the unit Custodian
Authorization/Custody Receipt Listing (CA/CRL), development of Mission
Essential Levels (MELs), development and preparation of a vehicle
priority recall list to support maintenance replacement, vehicle
dispatch, and operator licensing/records/training. The 821st
Information Management services include operation and management of the
Base Information Transfer Center (BITC), processing of classified mail,
monitoring of correspondence, publications and forms distribution,
management of all Government files, documents and electronic records
and data bases, training and update of training materials, and
publications management. The anticipated SIC code for this acquisition
is 8744, Facilities Management, size standard is $5M. Government
Furnished Property/Equipment will be turned over to the contractor to
perform required services. Respondents must identify expertise in the
above functions by submission of a capability statement; i.e., past
performance (3-5 years, client, point of contact, estimated value).
Respondents must identify their business status, i.e., women-owned,
Native American (tribal-owned or Alaskan Native), 8(a) or small
business. Respondents may also be required to present a capability
briefing. Firms should identify whether they have current facilities
clearance. Capability statements should not exceed 25 pages. The
contract will provide for a 45-day phase-in period. Basic period of
performance will be 1 April 2000 through 30 September 2000, with three
one-year option periods and one six-month option period. Send original
package and two copies to 21 CONS/LGCI, 700 Suffolk St, Peterson AFB CO
80914-1200 by close of business 15 May 1998. Failure of sufficiently
qualified small businesses to submit responses will be grounds to
solicit this requirement on a full and oen competitive basis. (0120) Loren Data Corp. http://www.ld.com (SYN# 0079 19980504\R-0023.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|