Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,2000 PSA#2515

Department of the Air Force, Air Force Space Command, 50CONS (T-66), 66 Falcon Parkway, Ste 49, Schriever AFB, CO, 80912-6649

M -- CIVIL ENGINEERING AND BASE MAINTENANCE SERVICES SOL FA2550-00-R-0007 DUE 012400 POC George Knowlton IV, Contract Specialist, Phone 719-567-3829, Fax 719-567-3809, Email george.knowlton@schriever.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=FA2550-00-R-0 007&LocID=887. E-MAIL: George Knowlton IV, george.knowlton@schriever.af.mil. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The 50th Contracting Squadron at Schriever AFB is conducting a market survey to determine the existence of potential small business sources to perform civil engineering and base maintenance services at Onizuka Air Station, Sunnyvale CA, Air Force permitted facilities on Moffett Federal Airfield, Mountain View CA, and Camp Parks Communication Annex, Pleasanton CA. All interested parties are encouraged to respond. It is anticipated the period of performance will commence 1 October 2000 and end 30 September 2001, with six (6) Government unilateral renewal options of one year each (1 Oct 2001 through 30 September 2007). A phase-in period, if required, can commence as early as 1 August 2000. The information in this notice is based on the best and most current information available to date. This information is subject to change and is not binding on the Government. Updated information will be provided in future announcements and posted electronically on the Electronic Posting System (EPS) located at www.eps.gov as available. Important information about Onizuka Air Station_s mission and background can be found at http://www.onizuka.af.mil. This requirement will involve contractor performance of a wide range of functions required to provide complete base operating support to installation customers while focusing on quality practices. Still subject to change, this requirement includes contractor performance of the following major functions: (1) Facility/Property Operation and Maintenance for the following systems: Heating, Ventilation, & Air Conditioning (HVAC); Electrical Distribution; Plumbing; Security and Intrusion Alarms; Fire Protection and Suppression; and Utility Distribution; (2) Preventive Maintenance and Repair of designated equipment (Chillers, Air Compressors, Solar Turbines, Computer Room Air Conditioning equipment and Elevators); (3) Civil Engineering to include Engineering Planning and Programming, limited Design Services, Technical Record Drawings Maintenance, and Construction Management; (4) Program Management Services to include Resource Management, Quality Management, Fire Prevention and Protection Program Management, Disaster Preparedness Support, Corrosion Control Program Management, and Material Acquisition; (5) Emergency Support Services; (6) Locksmith Services; (7) Grounds Maintenance Services; (8) Pest Control; (9) Maintain a Recycling Program; (10) Perform Work Orders for Maintenance, Repair, Construction, Minor Construction, and Equipment Support; (11) Operate and Maintain a Hazardous Material Pharmacy; and (12) Provide Environmental, Health, and Safety Management. Parties responding to this synopsis must be prepared to perform real property operation and maintenance requirements 24 hours per day, seven days per week. The Standard Industrial Classification (SIC) code is 8744: Base Maintenance with a size standard of $20M. Interested and qualified sources are requested to provide a statement of current capability and past performance information. Sources must demonstrate management and technical experience on similar acquisitions, specifically addressing the requirements specified in this synopsis, and demonstrate the ability to obtain the resources necessary to successfully compete for this requirement. Interested and qualified sources are requested to provide the following information: (1) Company name, point of contact, e-mail address, telephone and facsimile numbers, and type and business size, (2) a list of your most recent and relevant DOD or commercial contracts (not to exceed 5) to include names, points of contact, phone numbers, value and type of contract, period of performance, and brief description, (3) information telling us about your company and why you think you can perform this contract, (4) information describing work tasks and percentages proposed to be performed by you and subcontractors for this requirement. Lastly, interested and qualified sources are requested to submit your most recent experience to demonstrate the following qualifications: (1) Civil engineering services to include engineering planning and programming, limited design services, technical record drawings maintenance, and construction management; (2) Facilities/property operational and management; (3) Program management services to include resource, quality, fire prevention and protection management, disaster preparedness support, corrosion control program management and material acquisition; (4) Environmental, health, and safety management; and (5) Consistent success in maintaining electrical power distribution and mission essential RPIE systems at 99.999% annual availability (no more than 2.6208 minutes semi-annually) and non-mission essential equipment at 99.99% annual availability (no more than 26.28 minutes semi-annually). Respondents are asked to limit submissions to ten (10) pages or less (if practical), or minimum number of pages necessary to address the requirements specified in this synopsis; using 10-point type or larger. The Government is currently undecided on whether the acquisition of this requirement will be conducted as an 8(a) competition or as a small business set aside. Hence, responses to this synopsis will be used for a market survey analysis to determine whether the contemplated acquisition will be conducted as an 8(a) competition or under small business set-aside procedures. In order to be considered in this market survey, responses are required NOT LATER THAN close of business (COB) 24 Jan 2000. Telephone responses are not acceptable. Written responses must be mailed as follows: (1) one original copy to: 50 CONS/LGCZW, Attn: George Knowlton, Contract Specialist, 66 Falcon Parkway Suite 49, Schriever AFB, CO 80912-6649, and (2) one duplicate original copy to: 21 SOPS/LGC, Attn: LaVerne Staden, Contracting Officer, Onizuka Air Station, 1080 Lockheed-Martin Way Box 126, Sunnyvale, CA 94089. FOLLOW-UP PRESENTATIONS: Interested and qualified sources responding to this synopsis are requested to provide a follow-up presentation (summarizing firms capabilities/qualifications to perform the contract contemplated) on-site at Onizuka AS, CA during the period 25-28 Jan 2000. Presenters are asked to limit presentations to 20 minutes. Follow-up presentations or conference call interviews to be conducted will be by appointment only. Respondents must contact George Knowlton at (719)567-3829 or at george.knowlton@schriever.af.mil to obtain a specific date and time for providing presentations or for making a request for or scheduling conference call interviews. Providing an on-site follow-up presentation is voluntary and may be substituted by conference call interview subject to coordination approval of the Contracting Officer at 50 CONS, Schriever AFB; if requested. The Government will not reimburse respondents for any cost associated with submission of capability statements or on-site follow-up presentations or interviews held in connection with this market survey. FOR INFORMATIONAL PURPOSES ONLY: The annual value of the current contract is $12 million (with Award Fee). Sources may access electronic copy of the current contract_s Statement of Work (SOW) on EPS located at www.eps.gov should they desire to read it to get more information. The draft solicitation is tentatively scheduled to be available early March 2000 and the formal solicitation tentatively scheduled for mid/late April 2000. A designated website will be identified shortly for downloading of both the draft and formal solicitations. Any information submitted is voluntary. The Government will not pay for any information that is submitted in response to this SOURCES SOUGHT request. Points of Contact: George Knowlton, Contract Specialist, Phone (719) 567-3829, Fax (719) 567-3809, Email: george.knowlton@schriever.af.mil LaVerne G. Staden, Contracting Officer, Phone (408) 752-6273, Fax (408) 752-3862/4061, Email: Laverne.Staden@Onizuka.af.mil Email your questions to LaVerne Staden at Posted 01/07/00 (D-SN414299). (0007)

Loren Data Corp. http://www.ld.com (SYN# 0046 20000113\M-0001.SOL)


M - Operation of Government-Owned Facilities Index Page