Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 2,2000 PSA#2548

Regional Officer in Charge of Contracts, Naval Facilities Engineering Command, Code R120, 4262 Radford Drive, Honolulu, HI 96818-3296

Z -- FAMILY HOUSING MAINTENANCE, KANEOHE MARINE CORPS BASE HAWAII, OAHU, HAWAII SOL 2147 POC Sandy Sekiguchi, (808) 474-3388; Contracting Officer: A. Yuen, (808) 474-3385 This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to identify potential offerors for family housing maintenance services at Kaneohe Marine Corps Base on Oahu, Hawaii. SIC Code 1799 applies. Estimated cost: Over $10,000,000 per year. The contract term will be a base period of one year plus four option years. The total term of the contract, including all options, will not exceed 60 months. This contract will replace a change-of-occupancy housing maintenance (COOHM) contract awarded in 1997 for $1,488,000 (firm fixed-price) and $4,153,292 estimated (indefinite quantity) per year. This acquisition is being considered as a set-aside under section 8(a) of the Small Business Act. Interested sources must submit a Statement of Capability (SOC) which describes in detail the source's capability to provide maintenance and repair to approximately 2,600 military family housing units and other related real property and facilities at KaneoheMarine Corps Base Hawaii, Camp H.M. Smith, and Manana, Oahu, Hawaii. This includes providing a work reception desk, performing service calls, COOHM, recurring grounds maintenance and tree trimming services, recurring air conditioning unit preventive maintenance inspections, other indefinite quantity work, and collateral work. Service calls are interior and exterior maintenance and repair that are normally generated by calls into the contractor-operated work reception desk by designated Government representatives and housing occupants. COOHM work includes various combinations of plumbing, electrical, miscellaneous quarters maintenance, interior painting, custodial services, and grounds maintenance work required to make vacant housing quarters ready for the next occupant. Other indefinite quantity work involves maintenance and repair/replacement work not covered under service calls or COOHM. SOCs must be submitted within 14 calendar days of the date of this notice. The SOC must specify the full name of the company, business size, evidence of 8(a) eligibility and a positive statement that the 8(a) firm qualifies under SIC 1799 with average annual gross revenue of not more than $7.0 million for the last three fiscal years, relevant past performance that indicates the firm has experience in the type of services described, and any proposed teaming arrangements. Any joint-ventures with 8(a) members will have to comply with CFR Title 13. Section 124.513. For the past performance information, SOCs shall include a list of contracts with dollar value, scope of work relevant to the scope described above and the Administrative Contracting Officer' name and phone number. SOCs must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work and business size eligibility. The SOCs will be the basis for the Government's decision to establish this requirement as an 8(a) set-aside for competitive acquisition. If adequate responses are not received from 8(a) companies, the Government will not set aside this requirement for 8(a) firms. Responses to this notice may be made by facsimile to (808) 471-9342, or mailed to Regional Officer in Charge of Contracts, Naval Facilities Engineering Command (Code R120), 4262 Radford Drive, Honolulu, Hawaii 96818-3296. The solicitation will utilize source selection procedures, which require offerors to submit technical, past performance, and experience information, and a price proposal for evaluation by the Government. This synopsis is for information and planning purposes only and does not constitute a solicitation. The Government will not pay for any effort expended in responding to this notice. Estimated award date is 2/1/01; estimated contract start date is 4/1/01. Posted 02/25/00 (W-SN428719). (0056)

Loren Data Corp. http://www.ld.com (SYN# 0171 20000302\Z-0030.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page