Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 4,1998 PSA#2087

21 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