|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 29,1998 PSA#2190ASC/PKW, Bldg 1, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH
45433-5309 J -- CIVIL ENGINEERING SUPPORT FOR LABORATORIES AT WPAFB SOL
F33601-98-R9033 DUE 101698 POC 2LT Christpoher Moeller, (937)257-6145
ext 4317, fax (937)257-3926 E-MAIL: 2LT Christopher Moeller,
moelleca@pkwsmtp.wpafb.af.mil. All sources capable of providing the
following services are being sought. This is NOT a notice of RFP
issuance. The 88 Civil Engineer Group anticipates a competitive
acquisition to provide specialized maintenance and construction support
at Wright-Patterson Air Force Base to support the mission of the
Aeronautical Systems Center, Air Force Research Laboratories, 88 Air
Base Wing, National Air and Intelligence Center, and their successors.
The contractor will be required to inspect, adjust, repair, modify,
purchase, install, or remove research, development, test, and
evaluation equipment; modify, repair, or alter facilities and their
administrative areas required for immediate progress of approved
programs; and provide administrative support to maintain maintenance
and construction reports and records. A construction trades force is
required, which is capable of rapid expansion or draw-down to provide
civil engineering services. The contractor shall provide qualified
personnel, materials, parts, supplies, tools, and equipment to perform
civil engineering services for various organizations. The contractor
shall also perform equipment maintenance and repair, facility
maintenance and repair, all phases of electrical and mechanical
utilities, and specialized services (i.e. water treatment, lead paint
and asbestos material abatement). Work shall be performed on a fixed
labor rate, time and materials, indefinite quantity basis. The average
yearly labor-hour requirements are estimated to be 150,000 hours for
maintenance and 40,000 for construction. Period of Performance is 365
days. The requirement is approximately 70% maintenance. The remainder
of the effort will fall under construction support or minor
construction. Period of performance is 1 Jul 99 30 Jun 00, with the
possible award of four one-year options. In addition to the information
requested in the paragraph below entitled "Capabilities Package",
responding parties must also indicate their size status in relation to
the applicable Standard Industrial Classification (SIC) code, 8744,
with an associated standard of $20M. Businesses, including their
affiliates, whose gross annual receipts averaged over the previous 3
fiscal years do NOT exceed $20M are considered small businesses. This
effort will be a follow-on to the current contract, F33601-94-D-W007.
The effort requires a contract manager, mechanical engineer, electrical
engineer, construction superintendent, maintenance superintendent,
environmental manager, water treatment specialist, hazard communication
coordinator and various skilled tradesmen to be located at the
Wright-Patterson Air Force Base contractor site. Capabilities Packages-
Interested parties must submit a capabilities package, with two (2)
copies of the cover letter, that is brief and concise, yet clearly
demonstrates ability to meet the stated requirements with sufficiently
qualified personnel. The capabilities package should clearly present
evidence that the interested party is fully capable of providing the
required services and as such may contain any information (subject to
the page limitations stated below) the interested party feels is
relevant. The following issues must be addressed: Clearly describe your
background and experience, within the past 10 years, in providing
recurring preventative maintenance, repair, replacement, installation
of equipment and mechanical rooms and providing water treatment and
analysis. Clearly describe your background and experience, within the
past 10 years, in installing, modifying, and repairing various
facilities which would include but not be limited to replacing walls,
floor coverings, plumbing fixtures, ceilings, interior electric, HVAC
systems, etc. Clearly describe your capabilities, within the past 10
years, in installing or relocating equipment and secondary utility work
to connect the equipment to existing utilities, false floors,
platforms, foundations, pads, slab-on-grade, pits, mechanical
ventilation, exhaust systems, air-conditioning, and prefabricated clean
rooms. Clearly describe your capabilities, within the past 10 years, in
providing corrosion control, to include, but not be limited to:
application of protective coatings, maintenance of cathodic protection
systems, consideration of corrosion problems when purchasing and
installing replacement equipment and materials (special emphasis on
galvanic corrosion), and making recommendations for system modification
to reduce corrosion problems and maintenance cost. Clearly describe
your capabilities in providing a management information system and
procedures and methods of record keeping that will provide an audit
trail for deliver order records, control and processing of incoming and
outgoing materials, scrap material recycling and disposal and tracking
government furnished property and materials. Clearly describe your
ability to respond to urgent and short notice requirements. Clearly
describe your process and success in obtaining security clearances for
your employees and your ability to provide the required persons with
the appropriate security clearances/accesses. Provide typical resumes
that exemplify the types of persons you would identify to provide
management, administrative and technical requirements. Clearly describe
your capabilities in managing, handling and transporting hazardous
material and waste (i.e. lead based paint and asbestos material).
Describe your safety programs to be used to comply with OSHA and EPA
regulatory requirements and any specialized safety training
initiatives. Provide a quality control plan which addresses all aspects
of quality control to include responsibility for surveillance of work,
acceptance, rejection, documentation and resolution of deficiencies,
trend analysis and corrective action. Provide any other information you
think we need to evaluate your capabilities. The capabilities package
should present clear evidence that the interested party is fully
capable of providing the required services and as such may contain any
information the interested part feels is relevant. Responses must not
exceed 30 single-spaced, 10 point typed pages. All materials submitted
in response to this sources sought synopsis must be received no later
than 16 Oct 98. Contractor must be registered in CCR prior to award for
solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423 Fax:
1-703-696-0213 Every solicitation issued after 31 May 1998 must include
the clause at DFARS 252.204-7004 "Required Central Contractor
Registration". Duns/CCR Website:
http://ccr.edi.disa.mil/ccr/cgi-bin/query.pl "Mr. Stephen J. Plaisted
has been appointed as Ombudsman to hear concerns from offerors, or
potential offerors, during the proposal development. The purpose of the
Ombudsman is to communicate contractor concerns, issues, disagreements,
and recommendations to the appropriate government personnel. Existence
of an Ombudsman does not diminish the authority of the program
director or the contracting officer. Accordingly, the Ombudsman does
not participate in the preparation of solicitations, the evaluation of
proposals or the source selection process and, therefore, for routine
matters on individual solicitations, please contact [2LT Christopher
Moeller, (937)257-6145 ext 4317, fax (937)257-3926]. When requested the
Ombudsman will maintain strict confidentiality as to the source of the
concern. Should you desire to contact the Ombudsman, Mr. Plaisted can
be reached at (937) 255-9095, extension 232." Posted 09/25/98
(W-SN254391). (0268) Loren Data Corp. http://www.ld.com (SYN# 0028 19980929\J-0014.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|