|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 3,1998 PSA#2173AMC Contracting Flight, AMC CONF/LGCF, 507 A St, Rm W202, Scott AFB, IL
62225-5015 M -- A-76 COST COMPARISON STUDY FOR 60TH TRANSPORTATION SQUADRON AT
TRAVIS AFB, CA DUE 101598 POC Mr. Rickey Mabry, 618-256-1900; ext. 253
or Major Mike Wilson; ext. 213 WEB: HQ AMC Contracting Flight Business
Opportunities Page,
http://scoisntw01.scott.af.mil/hqamc/business/bizoppty/conf/conf_intro
.htm. E-MAIL: Contact the Contract Specialists via e-mail,
mabryr@hqamclg.scott.af.mil; wilsonmr@hqamclg.scott.af.mil. This
synopsis is issued for informational and planning purposes only. The
Air Mobility Command (AMC) Contracting Flight is in the process of
conducting an A-76 cost comparison study of the 60th Transportation
Squadron at Travis Air Force Base, California. Travis AFB is located 50
miles NE of San Francisco at Fairfield. The Government is soliciting
information to determine the availability of interested sources that
are capable of performing the transportation function. It is
contemplated that the contractor will provide all personnel, equipment,
tools, materials, supervision, and other items or services necessary to
perform the Vehicle Maintenance Mission, Vehicle Operations Mission,
and a portion of the Combat Readiness and Resource Mission. The Vehicle
Maintenance Mission entails performing vehicle and equipment
maintenance and possible management of Contractor Operated Parts Store
(COPARS) or similar functions, and performing non-registered
non-programmable vehicle and equipment maintenance. The Vehicle
Operations Mission entails operating vehicles in support of the base
mission; managing registered vehicles; maintaining fleet records;
maintaining a central dispatch operation; and managing driver licensing
and qualifications. For purposes of this study, the Combat Readiness
and Resource Mission entails review and coordination of the base and
unit Mobility and Reception Plan, the transportation section of the
Wartime Sustainment and Reception Plan, and management of various
resource programs. Request interested offerors capable of performing
these functions submit a capability statement to the above address on
or before 15 Oct 98. The capability statement should include: (1) A
brief description of the company including history and business size
(large, small, small disadvantaged, 8(a), or woman owned); (2)
Description of the supplies and services provided by the company
including the Standard Industrial Classification Code(s); and (3)
Identify past and present contracts where similar supplies/services
have been provided, to include contract number, point of contact with
telephone number and company address (including ZIP PLUS FOUR zip
code), contract dollar value and type (fixed priced, cost-reimbursable,
etc.), brief narrative of what supplies/services are being provided,
and payment arrangements. The page limit for the capability statement
is 25 pages. You may also submit a sample of your current commercial
contract that identifies your terms and conditions and statement of
work (limited to 25 pages also). Publication of this synopsis does not
constitute one of the three synopsis identified in OMB Circular A-76.
This request for information is not a commercial solicitation and the
Government will not pay for any information submitted, nor for any
costs associated with providing the information. Posted 09/01/98
(W-SN244202). (0244) Loren Data Corp. http://www.ld.com (SYN# 0102 19980903\M-0003.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|