Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 29,1998 PSA#2190

ASC/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