|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 30,1998 PSA#2191ASC/EMK, 1801 Tenth Street, Wright-Patterson AFB, OH 45433-7626 Z -- OPERATIONS AND MAINTENANCE OF COMMON AREAS OF AIR FORCE PLANT 42,
PALMDALE, CA SOL n/a POC Dan Lyons, (937) 656-4395, ext 425, Buyer/Gail
M. Porumb, Contracting Officer, ext 404 The Aeronautical Systems Center
(ASC) is contemplating a new contract for the Operations and
Maintenance of Common Areas at Air Force Plant 42, Palmdale CA. The
successful contractor will be required to provide the personnel,
program management staff, services, and limited equipment to accomplish
the total contract operation of the common areas of Air Force Plant 42.
The Performance Work Statement will be published in the Wright
Patterson AFB PreAward Information Exchange System (PIXS) at
www.pixs.wpafb.af.mil in approximately 2 weeks. Other proposal
documents will be posted in PIXS as they become available. The
Government estimate of number of contract employees is 100 to 150.
There is no reason for expertise specific to AFP42 under this contract.
Contract performance is anticipated to begin July 00 with a 60-90 day
transition period. It will be a one (1) year contract with four (4),
one (1) year options. Accountability and operations will include, but
not be limited to the operation of the facility in accordance with all
applicable Air Force and DoD regulations and Federal, State
(California) and County (Los Angeles) laws. The Contractor must develop
and submit a Contractor Quality Control Plan to ascertain compliance
with all contractual requirements. The Contractor must provide fire
protection of government and contractor-owned personal property. The
Fire protection program includes: structural fire protection; rescue
operations; emergency medical and emergency transportation service;
airport crash, fire and rescue services; hazardous material response;
mutual aid service and fire alarm communication dispatch 24 hours per
day, 7 days per week. Fire prevention, fire extinguisher maintenance
and inspection in the common area and training shall also be provided.
Fire Department Personnel will be required to obtain National Agency
Check for a trustworthy determination. Fire Department Officers will be
required to obtain/possess a Secret Clearance based on an investigation
within the last 5 years. For the common areas, the contractor must
provide security/law enforcement, engineering services, vehicle
maintenance, airfield maintenance, general maintenance and
operation/maintenance of the telecommunications system and information
management systems. Contractor must also provide accountability of
government-owned real and personal property. Contractor shall be
responsible for completing or subcontracting Capital-Type
Rehabilitation (CTR) projects. The maintenance requirements include:
airfield pavements; roads, walkways and parking areas; grounds; storm
drainage system; buildings and structures; air compressor systems;
wellhouses, water reservoirs, pump stations, pumps, water lines, valves
and equipment; custodial services and refuse disposal, rodent and pest
control; electrical utility systems; petroleum, oil, lubricant and
aircraft fuels storage, refueling and defueling operations and
maintenance; transient alert; vehicle maintenance and repair;
performance of services during crises declared by the National Command
Authority. Industrial safety service requirements are in support of
the Contractor's safety program to support Maintenance Department
operations and all other safety related services required. Adherence
with the Air Force directed safety program at Air Force Plant 42,
Palmdale CA is also required. The Contractor shall develop and conduct
an Occupational Safety and Health Program IAW federal, state, local
and Air Force directives. Engineering Services are in support of:
Maintenance Department operations; Budget Estimate Submittal (BES) and
Program Objective Memorandum (POM) submittal; Capital Type
Rehabilitation (CTR) program; Environmental Programs; quality control
for taskings performed by sub-contractors or in-house work forces;
energy conservation program; maintenance of plant-wide as-built drawing
files and associated information library; reproduction services;
pavement (airfield and roadway) inspections; engineering certifications
(in house, subcontracted or corporate); work requests and
submittals.Telecommunications requirements include: telephone systems
support; radio communication systems support; office automation systems
support; computer network system support; inter-plant mail and courier
service; and photographic services support. Security Force Guard
Services require: management of security force guard services; contract
security guard support services; contract security guard force
services; searches and inspections and the authority to bear arms. All
persons hired to perform security guard service duties must possess or
be able to obtain a favorable National Agency Check for a trustworthy
determination to be made by the government. The Chief, Contract
Security Forces must possess a security clearance at the "Secret"
level. A response to this pre-solicitation notice must include the
following minimum required information: A) Description of previous
operational experience of government-owned or industrial facilities,
including contract number(s) (if applicable), location and ownership of
the facility, total dollar value of the contract, type of contract (DoD
or commercial), total operational time of facility, reason for
termination or cancellation, and a point of contact for verification;
B) Prospective offerors should provide a brief capability statement (10
pages or fewer) with enough detail to indicate a clear understanding of
the requirement and to demonstrate a reasonable expectation of being
able to perform on this contract. C) In the brief, explain the
strategy/methodology that would be used to staff this contract based on
a start date of July 00. D) Assume that Government Furnished Property
(GFP) will be provided and that Contractor personnel will be required
to maintain it. E) The Air Force is contemplating setting this
acquisition aside for Small Businesses or Competitive 8(a) Businesses
if they demonstrate interest and capability to compete. SIC Code 8744,
Base Maintenance applies to this acquisition with a small business
standard of $20M gross revenue average over the last three years.
Prospective sources must indicate both their size with respect to the
above standard and if they are a small business or an 8(a) business. F)
Response must include all of the requested information in both hard
copy and in WORD 6.0 format and must be received no later than 30 days
after the publication date of this synopsis. An Ombudsman has been
established for this acquisition. Mr. Stephen Plaisted, ASC/SY 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 Dan Lyons at
(937)476-4395 extension 425. 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. Direct all requests for solicitations and routine
communication concerning this acquisition to Dan Lyons, Contract
Negotiator, ASC/EMK, at (937) 656-4395 extension 425 Posted 09/26/98
(W-SN254785). (0269) Loren Data Corp. http://www.ld.com (SYN# 0095 19980930\Z-0006.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|