Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 27,1998 PSA#2145

HQ AFRES/LGC, 155 2nd Street, Robins AFB, GA 31098-1635

M -- OMB CIRCULAR A-76 COST-COMPARISON STUDY TO MANAGE AND OPERATE MULTIPLE FUNCTIONS AT MINNEAPOLIS-ST PAUL ARS, MN SOL F09634-98-R-0006 DUE 102398 POC June Nelson, Contracting Officer, 912-327-0591 E-MAIL: june.nelson@afrc.af.mil, jnelson@afrc.af.mil. OMB Circular A-76 Cost Comparison Study to manage and operate multiple functions at Minneapolis-St Paul ARS, MN. Functions include: Base Supply, Motor Vehicle Maintenance and Management, Traffic Management, Communications and Information Management, Real Property Maintenance and Airfield Management Services. This contract will be subject to the Service Contract Act and the place of performance is Minneapolis-St Paul ARS, MN. Solicitation will be issued on an ALL OR NONE BASIS. Evaluation will utilize Technically Acceptable-Performance/Price Tradeoff (TA-PPT) procedures. Of those proposals which are deemed technically acceptable, the government will make a best value selection based on tradeoffs between the total evaluated cost to the government and performance risk associated with each technically-acceptable proposal (based on the government's assessment of the offeror's present and past performance record). In accordance with OMB Circular A-76, the proposal deemed to represent the best value to the government will be compared to the government's proposal to perform said services. NOTE: The solicitation will not result in a contract if the Government performance is determined to be more advantageous. The following minimum experience requirements have been established for this solicitation. The prime contractor, lead contractor in a teaming arrangement, or the principal representative of a joint venture (as an entity) shall possess a minimum of one year experience (excluding orientation period) within the past five years on a fixed price basis, of (a) one multi-function (at least three (3) functions, one of which is Supply Management, Communications and Information Management, or Real Property Maintenance) base operation support services contract (or commercial equivalent) ov similar scope and magnitude as the total requirement covered by this solicitation; or (b) multiple base operating support services contracts (or commercial equivalents) which are managed simultaneously and involve at least three (3) functions, one of which is Supply Management, Communications and Information Management, or Real Property Maintenance. The cumulative total of these service contracts must be of similar scope and magnitude to the total requirement covered by this solicitation. Projected date for issuance of the solicitation is 11 Aug 98. Contract will consist of an orientation period of approximately 120 days, a basic contract period of 12 months, four priced annual options, and a 1 to 6 month short option, which may be exercised after any contract period. Award is anticipated in FY99. The solicitation will be set aside for small business participation only. The Standard Industrial Classification (SIC) Code is 8744, Base Maintenance. The size standard is $20 million. The solicitation will require submission of four volumes: Volume 1, Performance; Volume 2, Financial Plan; Volume 3, Technical Approach; and Volume 4, Cost/Price. The solicitation will be available in a combination electronic/paper (mostly disk/some paper) format utilizing Microsoft Word 97 for a fee of $41.00 Amendments to the solicitation will be issued electronically in Microsoft Word 97 via e-mail. Interested offerors should submit their written requests accompanied by payment to HQ AFRC/LGCP, Attn: June Nelson, 1000A Executive Ct, Warner Robins, GA 31093. This request should include a point of contact with a telephone number and e-mail address. Payment shall be by check made payable to U.S. Treasury. Only small businesses may submit proposals on this requirement. A preproposal conference is currently scheduled for 3 Sept 98 at 9:00 am. The date is subject to change. Consult provision L-9 upon receipt of the solicitiaton. The conference will be held in Bldge 760, Room 192 at Minneapolis-St Paul ARS, MN. Submit the names of all attendees and companies represented (not to exceed two representatives per offeror) to June.Nelson@afrc.af.mil by close of business, 31 Aug 98. Directions to the base from the airport are: Take Highway 495 east to Highway 55 north to Highway 62 west to 34th Avenue. Cross back over the bridge and follow the frontage road east to the Base Gate Posted 07/23/98 (W-SN227545). (0204)

Loren Data Corp. http://www.ld.com (SYN# 0077 19980727\M-0001.SOL)


M - Operation of Government-Owned Facilities Index Page