Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 11,1999 PSA#2365

United States Air Force, Air Force Space Command, 21CONS (Bldg 365), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 101, Peterson AFB, CO, 80914-1385

R -- OMB CIRCULAR A-76 STUDY OF CIVIL ENGINEERING AT CHEYENNE MOUNTAIN AIR STATION (CMAS) CO SOL F05604-99-R-9005 DUE 072799 POC Joe Langenderfer, Chief, IT Section, Phone (719) 556-4895, Fax (719) 556-9361, Email Joe.Langenderfer@spacecom.af.mil -- Ardith Schade, Contracting Officer, Phone (719) 556-4208, Fax (719) 556-9361, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&;ProjID=F05604-99-R-9 005&LocID=532. E-MAIL: Joe Langenderfer, Joe.Langenderfer@spacecom.af.mil. Amended Sources Sought -- THIS NOTICE AMENDS OUR NOTICE OF 8 JUNE 1999 TO ADD AN INVITATION TO ALL PROSPECTIVE OFFERERS TO SCHEDULE A CAPABILITIES BRIEFING/ONE-ON-ONE DISCUSSION SESSION (REGARDLESS OF BUSINESS SIZE/STANDARD). Sources are currently being sought for the Cheyenne Mountain Air Station (CMAS) civil engineering competitive OMB Circular A-76 study now in progress. The Government intends to perform this study for the purpose of converting functions, now being performed by military and civilian Air Force personnel assigned to the 721st Civil Engineering Squadron (CES), to either a Most-Efficient Organization (MEO) operation or a contractor-operated activity based upon competitive proposals. The purpose of this synopsis is as follows: (1) To advise industry of further information regarding the progress of this requirement since the first announcement and seek private industry input regarding certain key elements of the proposed acquisition; and (2) Provide information regarding the draft Request for Proposal (RFP), Statement of Work (SOW), and site visit. There are approximately 138 Government positions considered susceptible for conversion under this effort. The Air Force intends to convert the following services, (provided 24 hours per day, 7 days per week), as a part of this requirement: all customer support services, infrastructure maintenance, facility maintenance, physical plant operations, Power Conditioning and Continuation Interfacing Equipment (PCCIE), Real Property Installed Equipment (RPIE), environmental protection services, Heating/Ventilation/Air Conditioning (HVAC) operation and maintenance, and domestic and industrial water supply operations. This effort also includes real property management, tunnel and/or mining-type maintenance requirements, Government Furnished Property and Equipment (GFP/GFE) management, and financial management. This list is neither all-inclusive nor final. This proposed acquisition may be competed as a _Small Business Set-Aside_ based upon the level of responses from small business concerns and their capabilities briefings. The Contracting Officer may elect, (at their discretion), to open this acquisition to _Full and Open (Unrestricted)_ competition, IAW FAR Part 15, if technical capability briefings submitted by small business concerns in response to this synopsis are considered materially inadequate for the successful completion of the proposed requirement. Other than small business concerns are invited and encouraged to submit information in response to this synopsis, provided that all parties understand this acquisition may ultimately be established as a _set-aside_ requirement. The Government contemplates a Fixed-Price Incentive Fee with Award Fee (FPIF/AF) type contract for the basic performance CLIN. Cost reimbursement (no fee) CLINs is expected to be used for travel and contractor-provided logistical supplies and support. In addition, there may be a _Surge_ CLIN that will be funded and exercised for in-scope requirements exceeding original projections. This CLIN would likely be handled as a Cost Plus Award Fee (CPAF) item. However, before a final determination is made regarding contract type, we need your input. Specifically, we would like your analysis of the feasibility of our proposed type of contract arrangement based upon the adequacy of the Statement of Work, as well as, the other information in the Bidder_s Library. Notwithstanding the contract type, start is anticipated for 1 April 2001, preceded by a phase-in period of 15 to 120 days in duration, depending upon employee trade specialty. Performance periods are expected to be in 1 year increments, to include a basic contract year plus four option periods. The Standard Industrial Classification (SIC) code for this requirement is 8744, Base Maintenance; size standard is $20M. The Government anticipates electronic release of a draft SOW and RFP for industry review and comment on, or about, 15 June 1999. Respondents requesting to be added to the list of potential sources must identify their business status (i.e. HUBZone small business, Small Disadvantaged Business (SDB), woman-owned, Native American (tribally-owned or Alaskan native, large, or small business), the corporate point of contact, voice and fax phone numbers, as well as e-mail and normal mailing addresses. Those companies who have already submitted this information do not have to submit it again. However, we would appreciate all respondents to reply on whether our existing specifications allow for a FPIF/AF contract vehicle to be viable for this requirement. If not, please provide specific rationalization of why it would not be, and your recommendation of a more appropriate contract type. Be advised that, the RFP and its related documents, will be posted on the Federal Government Electronic Posting System (EPS) at http://www.eps.gov. The Bidder_s Library is located at Peterson AFB, CO. It is recommended that companies register for updates to this requirement through EPS. NO HARDCOPY/PAPER SOLICITATION DOCUMENTATION WILL BE PROVIDED TO ANY PROSPECTIVE CONTRACTOR, REGARDLESS OF BUSINESS STATUS. The final synopsis is tentatively scheduled for release in mid-September 1999. We anticipate that the final RFP will be issued by late October 1999. Each prospective offeror (regardless of business size/type) is invited to schedule a Capabilities Briefing and One-on-One Discussions, conducted during the period 19 July 1999 through 22 July 1999, with Joe Langenderfer at (719) 556-4895, or at e-mail address Joe.Langenderfer@spacecom.af.mil. The contractor_s briefing, (not to exceed 45 minutes), should discuss your firm_s financial stability and resources; any previous experience with a project of this magnitude and types of trades included within CMAS Civil Engineering requirement. The briefing should also reference your company_s desire to sub-contract and any proposed teaming arrangements. The specific questions to be addressed during the One-on-One Discussions with the Government will be included in the RFP/SOW package available on EPS. The site visit is scheduled for 30 June 1999. There will be only one opportunity to visit Cheyenne Mountain Air Station. No contractor will be allowed access to the station at any time other than during this organized event. Many conditions found within CMAS are unique and uncommon to the commercial market and local environment. Prospective offerors and subcontractors are highly encouraged take advantage of this event in order to accurately gauge the magnitude, complexity and range of requirements. Due to the highly sensitive nature of CMAS, individuals must meet mandatory detailed security requirements for all those requesting attendance. Site visit security requirements must be submitted, in writing, to the Contracting Officer no later than 2:00 P.M. MDT, 22 June 1999. Requests may be submitted by mail, e-mail, or fax. Potential site visit participants are advised that you must bring your own hard hat. Also, the elevation at Cheyenne Mountain exceeds 7,000 feet, and examination of various locations during the site visit will entail climbing ladders, being in confined spaces, and entry into areas of extreme temperature conditions. Escort requirements do not permit prospective contractors to leave the group or choose not to participate for the entire tour once started. Additional instructions are available in Section L of the draft RFP. Any costs incurred by a prospective contractor in conjunction with this site visit are not reimbursable by the Government. Posted 06/09/99 (D-SN341166). (0160)

Loren Data Corp. http://www.ld.com (SYN# 0079 19990611\R-0009.SOL)


R - Professional, Administrative and Management Support Services Index Page