Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14,1999 PSA#2431

Department of the Air Force, Air Force Reserve Command, HQ AF Reserve Command, 155 2nd Street, Robins AFB, GA, 31098-1635

M -- COST STUDY OF BASE OPERATING SUPPORT SERVICES AT GRISSOM ARB, IN SOL F09634-99-R0006 DUE 100199 POC Ron Dean, Chief, Commercial Activites Branch, Phone 912-327-1614, Fax 912-327-0815, Email ron.dean@afrc.af.mil -- Ron Dean, Chief, Commercial Activites Branch, Phone 912-327-1614, Fax 912-327-0815, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F09634-99-R00 06&LocID=485. E-MAIL: Ron Dean, ron.dean@afrc.af.mil. OMB Circular A-76 Cost Comparison Study to manage and operate multiple functions at Grissom ARB, Indiana. Functions include: Base Supply, Motor Vehicle Maintenance and Management, Traffic Management, Real Property Maintenance, Airfield Management Services, Meteorlogical Services and Transient Aircraft Services. This contract will be subject to the Service Contract Act and the place of performance is Grissom ARS, Indiana. Solicitation will be issued on an ALL OR NONE BASIS. The following minimum experience requirements apply to this acquisition: The prime contractor, lead contractor in a teaming arrangement, or the principal representative of a joint venture (as an entity) shall possess a minimum of one year experience (excluding orientation period) as the prime contractor, lead contractor in a teaming arrangement, or the principal representative of a joint venture (as an entity), within the past five years on a fixed price basis, of: (a) one multi-function base operating support services contract (or commercial equivalent) of similar scope and magnitude as the total requirement covered by this solicitation. The multi-function requirement must consist of at least two (2) functions contained in this solicitation. Of the two functions, at least one (1) must be either Supply Management or Real Property Maintenance. Or (b) multiple base operating support services contracts (or commercial equivalents) which are managed simultaneously and involve at least two (2) functions contained in this solicitation. Of the two functions, at least one must be either Supply Management or Real Property Maintenance. The cumulative total of these service contracts must be of similar scope and magnitude to the total requirement covered by this solicitation. Evaluation will utilize Technically Acceptable Performance/Price Tradeoff (TA-PPT) procedures. Of those proposals which are deemed technically acceptable, the government will make a best value selection based on trade-offs between the total evaluated cost to the government and performance risk associated with each technically-acceptable proposal (based on the government_s assessment of the offeror_s present and past performance record). In accordance with OMB Circular A-76, the proposal deemed to represent the best value to the government will be compared to the government_s proposal to perform said services. NOTE: The solicitation will not result in a contract if the Government performance is determined to be more advantageous. Projected date for issuance of the solicitation is 01 Oct 99. Contract will consist of an orientation period of approximately 116 days, a basic contract period of 12 months, four priced annual options, and a 1 to 6 month short option, which may be exercised after any contract period. Award is anticipated in FY00. The solicitation will be set aside for small business participation only. The Standard Industrial Classification (SIC) Code is 8744, Base Maintenance. The size standard is $20 million. The solicitation will require submission of four volumes: Volume 1, Performance; Volume 2, Financial Plan; Volume 3, Technical Approach; and Volume 4, Cost/ Price. The solicitation, with the exception of blueprints, will be available via the Electronic Posting System (EPS). Amendments, Preproposal Conference Minutes, Questions, etc. to the solicitation will also be issued via the EPS. Blueprints will be mailed to offerors upon submission of a written request to HQ AFRC/LGCP, Attn: June Nelson, 1000A Executive Ct, Room 105, Warner Robins GA 31093 or by email to june.nelson@afrc.af.mil. This request should include a point of contact with a telephone number and e-mail address. Only small businesses may submit proposals on this requirement. A preproposal conference is currently scheduled for 27 Oct 99 at 9:00 am. The date is subject to change. Consult provision L-9 upon receipt of the solicitation. The conference will be held in Bldg 668 at Grissom ARS, IN. Submit the names of all attendees and companies represented (not to exceed two representatives per offeror) to june.nelson@afrc.af.mil by close of business, 22 Oct 99. Directions to the base from the airport are: From Indianapolis Airport: Take 465 Bypass North (turns into 465 East). Exit on Meridian Street and take Hwy 31 North. Turn left into Grissom Aeroplex. Enter through the Museum gate (will be on Hooiser Blvd). Follow Hooiser Blvd through the main gate to Grissom ARB. Bldg 668 will be located on the right-hand side of the street. Park in the parking lot immediately beyond Bldg 668. Posted 09/10/99 (D-SN378782). (0253)

Loren Data Corp. http://www.ld.com (SYN# 0070 19990914\M-0001.SOL)


M - Operation of Government-Owned Facilities Index Page