|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29,1999 PSA#2465SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 Z -- POTENTIAL SOURCES SOUGHT FOR A-76 STUDY FOR REAL PROPERTY
MAINTENANCE AND REPAIR (FACILITIES MAINTENANCE), BASE SUPPLY, AND
TRANSPORTATION SUPPORT FOR THE INSTALLATION AND LOGISTICS DEPARTMENT AT
MARINE CORPS LOGISTICS BASE IN BARSTOW, CALIFORNIA SOL N68711-99-R-6669
DUE 111799 POC Ms. Sonnya Crook, Contract Specialist, (619) 532-3856.
Contracting Officer is Ms. Maria Williams (619) 532-2867 E-MAIL:
Contract Specialist, crooksg@efdsw.navfac.navy.mil. The Southwest
Division, Naval Facilities Engineering Command (SOUTHWESTNAVFACENGCOM),
Contracts Department, San Diego, California, is hereby soliciting
information for potential sources sought to provide Real Property
Maintenance and Repair (Facilities Maintenance), Base Supply, and
Transportation Support for the Installation & Logistics Department at
the Marine Corps Logistics Base in Barstow, California. A cost
comparison to determine the feasibility and economy of converting the
previously stated functional services performed by government personnel
to contract performance is simultaneously being done. A contract will
not be awarded unless the costs of contracting are lower than the costs
of continued Government performance by a factor equal to or greater
than ten percent of the government's personnel costs. Government
personnel adversely affected by conversion of Government performed
services to contract have Right of First Refusal for jobs for which
they are qualified. The services to be performed include functional
services management and administrative support, pest control
management, refuse collection, hazardous waste handling, recycling,
health and comfort services to include electrical, heat, cooling, air
conditioning, maintenance and repair of real property to include
facilities, structures,grounds and surfaces, operation and maintenance
of utility plants and systems to include water, waste water (domestic
and industrial), natural gas and electrical distribution, A&E
services, mapping and charting, engineering and technical support
services, motor vehicle and rail transportation operations and
maintenance, traffic management office (TMO), supply operations, Base
property control, budget and finance management, and contracting. The
contract performance period is anticipated to be five years, including
one base year and four (4) twelve month options. A performance-based
combination firm fixed price, indefinite quantity contract is
anticipated. The estimated magnitude of the requirement isbetween $20
million and $30 million per year. The standard industrial
classification (SIC) code is 8744. Interested sources should provide a
letter of interest within 15 days of publication of this notice by
e-mail in Microsoft Word format to: crooksg@efdsw.navfac.navy.mil, by
fax to: (619) 532-3358 or by mail to: Southwest Division, Naval
Facilities Engineering Command, Code 02X.SC, 1220 Pacific Highway, San
Diego, CA, 92132-5187. The letter if interest should include the
following: 1) Name and address of the firm 2) Size of business
(including annual revenue for SIC code 8744 and annual revenue for
entire business) and total number of employees 3) Ownership 4) Year
firm established 5) Names of two principals to contact, including title
and telephone number 6) Previous experience. Please include pertinent
information for on-going contracts or contracts completed within the
last five years under SIC code 8744. Pertinent information is: A. Name
of Contracting Activity B. Contract Number C. Contract Type (FFP,Cost,
IDIQ or Combination) D. Period of Performance and Total Contract Value
E. Summary of contract work F. Contracting Officer name and current
telephone number G. Contracting Officer's Technical Representative
(name and current telephone number) H. List of major subcontractors
including name, address, and telephone number of primary point of
contact. This synopsis is for informational and planning purposes only.
All information submitted is at the offeror's own expense. Respondents
will not be contacted regarding their submission or information
gathered as a result of this notice. The Government reserves the right
to consider a small business set-aside based upon the responses
received. The Draft Performance Work Statement (PWS) is tentatively
scheduled to be posted on our website at www.efdsw.navfac.navy.mil in
mid November 1999. Interested parties are also advised that an Industry
Forum is tentatively scheduled to be held at MCLB Barstow on December
02, 1999. The Forum date will be confirmed via the CBD approximately
two weeks prior to the scheduled date.***** Posted 10/27/99
(W-SN395882). (0300) Loren Data Corp. http://www.ld.com (SYN# 0112 19991029\Z-0011.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|