Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 14,1999 PSA#2454

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

R -- OMB CIRCULAR A-76 STUDY OF CIVIL ENINGEERING SERVICES AT UNITED STATES AIR FORCE ACADEMY (USAFA) CO SOL F05611-99-R-0402 DUE 113099 POC Carol Mohr, Contract Specialist, Phone (719)333-6357, Fax (719)333-2892, Email carol.mohr@usafa.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F05611-99-R-0 402&LocID=479. E-MAIL: Carol Mohr, carol.mohr@usafa.af.mil. This pre-solicitation notice is released to announce a USAF Academy Cost Comparison effort for Civil Engineering services conducted utilizing OMB Circular A-76, AFI 38-203, and AFMAN 38-209. The Government intends to perform this study for the purpose of converting functions now being performed by military and civilian Air Force personnel 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 and seek industry input regarding certain key elements of the proposed acquisition; and (2) Provide information regarding the draft Request for Proposal (RFP), Performance Work Statement (PWS), and site visit. There are approximately 497 Government positions affected by this study. The Air Force Academy intends to convert the following services as a part of this requirement: management, administration and customer support, resource management, engineering support, emergency management, military family housing management, cadet residential housing management, environmental support, maintenance operations (to include base grounds, facilities, residential, Athletic Department facilities, and Dean of Faculty facilities), training devices, furniture repair and fire protection (tech services) support. This list is neither all-inclusive nor final. The Standard Industrial Code (SIC) for this acquisition is 8744 and the Size Standard is $20 million. 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. Services shall be provided in accordance with all USAF and Academy procedures/regulations. The Government contemplates a Fixed-Price with Award Fee (FP/AW) type contract. It will also include Cost Reimbursement (no fee) line items as well as Cost Plus Award Fee (CP/AF) line items. This requirement is subject to both the Service Contract Act (SCA) and the Davis Bacon Act (DBA). We would like your comments on how best to structure the cost proposal to reflect both wage determinations. 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. Not withstanding the contract type, contractor performance start is anticipated for 1 November 2001, preceded by a mobilization period of 60 days. Performance periods are expected to be in one-year increments, to include a basic contract year plus four option periods. The DRAFT solicitation will be released on or about 22 October 1999. This DRAFT RFP is being issued to solicit industry comments/questions on the content of the RFP, including the Performance Work Statement (PWS), and how it can be improved/clarified to encourage competition, incorporate industry standards, and allow for better proposals from offerors. We would appreciate all respondents to reply on whether our existing specifications allow for an FP/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 DRAFT RFP and its related documents, will be posted on the Federal Government Electronic Posting System (EPS) home page. The Internet address is http://www.eps.gov and is then listed under EPS for Vendors, then USAF Offices, then Direct Reporting Unit Locations and then 10 ABW/LGC, USAF Academy, CO. It is recommend 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. COMMENTS ABOUT THE DRAFT ARE DUE NO LATER THAN 30 NOVEMBER 1999 and can be submitted to 10 ABW/LGCW, Attn: Carol Mohr, 8110 Industrial Drive, Suite 102, USAF Academy CO 80840-2315, or by fax to 719-333-2892, or by e-mail at Carol.Mohr@usafa.af.mil. The final synopsis is tentatively scheduled for release early-February 2000. We anticipate that the final RFP will be issued by late February 2000. The site visit is tentatively scheduled for late March 2000. There will be only one site visit. Prospective offerors and subcontractors are highly encouraged to take advantage of this event in order to accurately gauge the magnitude, complexity and range of requirements. A best value approach will be used for this acquisition. This acquisition will be pursued on a full and open unrestricted basis. However, a requirement for subcontracting will be included as part of the solicitation. It is requested that industry provide input on the areas of this requirement that industry reasonably expects to subcontract to small businesses, woman-owned small businesses, 8(a) businesses, HUB Zone small businesses, and/or small disadvantaged businesses. Industry input in the subcontracting aspect of this requirement will be used to make a determination of the percentage of work available for subcontracting effort. Full and open competition with large and small business firms is contemplated; however, small, small disadvantaged and woman-owned businesses are highly encouraged to participate. NO CURRENT OR PAST CONTRACTURAL DATA EXISTS OR IS AVAILABLE. Note 26 applies. Posted 10/10/99 (D-SN390600). (0283)

Loren Data Corp. http://www.ld.com (SYN# 0048 19991014\R-0010.SOL)


R - Professional, Administrative and Management Support Services Index Page