Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 23,1999 PSA#2373

United States Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, CO, 80840-2315

R -- CIVIL ENGINEERING SERVICES SOL FQ7000CIVILENGINEERING-3 DUE 072799 POC Carol Mohr, Contract Specialist, Phone (719)333-6357, Fax (719)333-2892, Email mohrcl.lg@usafa.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&;ProjID=FQ7000CIVILEN GINEERING-3&LocID=479. E-MAIL: Carol Mohr, mohrcl.lg@usafa.af.mil. The 10 ABW Contracting Flight at the USAF Academy, Colorado is seeking potential sources to participate in an Office of Management and Budget (OMB) Circular A-76 Cost Comparison study for Civil Engineering services. The Cost Comparison study is being used to determine if it is more efficient for the government or a contractor to operate this function and, if applicable, to determine the selected contractor. This is the initial market research phase of the study. Non-personal service requirements include all personnel, supervision, equipment (except for government furnished equipment), vehicles, tools, materials, and other items to accomplish Civil Engineering services which include but are not limited to: operate, maintain, repair, renovate, design and construct real property facilities/systems, Equipment Authorization Inventory Data items (EAID), Real Property Installed Equipment (RPIE), Government Furnished Property (GFP), Energy Management, Military Family Housing, and Athletic operational support. Contractor will be responsible for customer support services, infrastructure maintenance, facility maintenance, physical plant operations, environmental protection services, architectural and engineering services, property management, and financial management. This listing should be considered neither final nor all-inclusive at this time. The A-76 study will involve a performance based, outcome-oriented source selection competition among offers, with USAF Academy selecting the offer that represents the overall best value to the Government. Based on the contractor provided information from this and any subsequent synopsis, a final decision will be made on contract type, SIC code, business size determinations, and acquisition procedures. Small Business concerns must provide written proof of capability and a positive statement of eligibility as a SB concern. Indications of interest by SB concerns without required information regarding capability and eligibility will not be considered in a SB set-aside determinations. Government Furnished Property/Equipment will be turned over to the contractor to perform required services. The amount of contractual-related information available for publication at this time is limited. All interested business concerns shall indicate interest in this acquisition by providing the company name, mailing address, telephone number, and electronic mail address to the 10 ABW/LGCW, Attn: Carol Mohr, 8110 Industrial Drive, Suite 102B, USAF Academy, CO 80840-2315 no later than 3:00 p.m. MST, 27 Jul 99. Interested business concerns are requested to provide sufficient written information supporting their capability and past performance to perform the above stated requirements. This information should include, as a minimum, (a) information relative to past performance and experience, both governmental and commercial, in performing major operating and maintenance contracts. This information should include detailed references (contract numbers, descriptions of services, types of contracts, and points of contact, to include the names and telephone numbers) of major clients; (b) experience and capabilities in managing a large and functionally diverse workforce; (c) experience and capabilities in mobilizing an extensive and varied work force, including personnel at management level, in a new geographic area; (d) and information demonstrating the firm's ability to finance a large service contract. This information should include sufficient financial capacity, working capital, and other financial, technical and management resources to perform the contract without financial assistance from the Government. Respondents must identify their business status, i.e., woman-owned, minority-owned, Native American (tribally owned or Alaskan Native), or large or small business. Small Business concerns must provide written proof of capability and a positive statement of eligibility as a SB concern. Indications of interest by SB concerns without required information regarding capability and eligibility will not be considered in a SB set-aside determination. If a capability package has already been submitted from your company based on the previous sources sought synopsis dated 2 Apr 99 and 11 May 99, you do not need to resubmit. THIS IS A SOURCE SOUGHT SYNOPSIS ONLY. An issue date for the solicitation has not been established. A subsequent synopsis will be issued at a later date to provide solicitation issuance details. Contractors should refer questions to Ms Carol Mohr at mohrcl.lg@usafa.af.mil or may call (719) 333-6357. All information sent to 10 ABW/LGCW, 8110 Industrial Drive, Suite 102B, USAF Academy, CO 80840-2315 no later than 3:00 P.M. MST, 27 Jul 99. Posted 06/21/99 (D-SN345412). (0172)

Loren Data Corp. http://www.ld.com (SYN# 0076 19990623\R-0008.SOL)


R - Professional, Administrative and Management Support Services Index Page