Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 9,1999 PSA#2321

Commanding Officer, Engineering Field Activity West, 900 Commodore Dr, San Bruno, CA 94066-5006

M -- MILITARY FAMILY HOUSING MAINTENANCE AND REPAIR AT NAVAL AIR STATION LEMOORE, LEMOORE, CALIFORNIA SOL N68711-97-R-2409 DUE 042199 POC Betty Chu-Chang, Contract Specialist at (650) 244-2427 or FAX (650) 244-2635; Karen Powell, Contracting Officer. E-MAIL: Betty Chu-Chang, Contract Specialist, bmchu-chang@efawest.navfac.navy.mil. Corrections to previously transmitted announcement appearing in the Commerce Business Daily on 30 March 1999 under the Classification Code "M". Corrections are as follow: a. Approximately 1300 Military Family Housing Units are involved in this prospective contract. b. The due date is extended to Wednesday, 21 April 1999, 3:00 p.m., Pacific Standard Time. c. Interested sources shall provide the government with an original and two copies of the requested data. d. All other items remain unchanged. For your convenience, this is a re-print announcement which first published in the Commerce Business Daily on 30 March 1999. The following is the original CBD announcement: This is a sources sought synopsis seeking potential 8(a) firms that have an interest in submitting, as a prime contractor, an offer to provide Military Family Housing Maintenance and Repair at Naval Air Station, Lemoore, California. The services shall include scheduled and unscheduled maintenance and repair of Navy housing facilities at Naval Air Station, Lemoore, California. The detail services include: routine service calls, preventive maintenance inspection and repair, unscheduled maintenance and repair services, change of occupancy maintenance, unscheduled ground maintenance, unscheduled refuse collection and disposal, unscheduled custodial services, interior and exterior painting, bathtub, shower, and sink refinishing, removal and replacement of kitchen and bathroom equipment and fixtures, floor covering and hardwood floor refinishing, removal and installation of household appliances, remove and install gas-fired air furnaces, air conditioning and energy management systems and general labor services. The proposed procurement shall be issued for a combination Firm Fixed-Price/Indefinite quantity contract with an Award Fee provision. The contract term will be one base year and four (4) option years. All sources shall have the ability to acquire bonding as required. Interested sources shall provide the following information regarding their qualifications, capabilities and experience: 1) Financial capability: provide financial statement showing capability to manage a contract with a value of up to $8,000,000 per year; 2) Bonding: provide maximum bonding capacity; 3) Past Performance: provide references including contract numbers and point of contacts and phone numbers for relevant (similar in scope and complexity) projects performed during the last five years. These may be government or commercial; 4) Experience: Briefly describe the contracts or programs that your firm has worked in the last 5-7 years that show experience in performing and overall management of similar types of contracts (similar in scope and complexity) and show the experience of key managers, 5) Management structure: Provide your proposed management structure for this contract with a brief description of the lines of responsibilities; and an overall corporate organizational structure and 6) 8(a) certification: Provide a self-certification that you are an 8(a) firm for this sic code and size standard. This information is required in writing and failure to provide information on any of the criteria above (#1 through #6) will result in your firm being considered non-qualified. This information must be submitted no later than Wednesday, 15 April 1999, 2:00 p.m., Pacific Standard Time, to: Engineering Field Activity, West, Naval Facilities Engineering Command, Attn: Betty Chu-Chang, Code 754.2, 900 Commodore Drive, Bldg. 205, 1st Floor, San Bruno, CA 94066-5006, phone 650-244-2427. If adequate interest from qualified 8(a) firms is not received, the solicitation will not be issued under the 8(a) program. The solicitation is currently scheduled to be released on or about 02 June 1999. The Standard Industrial Code (SIC) for this service is 8744. The small business size standard is $20,000,000.**** Posted 04/07/99 (W-SN317537). (0097)

Loren Data Corp. http://www.ld.com (SYN# 0079 19990409\M-0003.SOL)


M - Operation of Government-Owned Facilities Index Page