Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,2000 PSA#2614

EFA Chesapeake, Washington Navy Yard, Building 212, 1314 Harwood Street, S.E., Washington, DC 20374-5018

Z -- OPERATION, MAINTENANCE AND REPAIR OF FACILITIES INCLUDING FAMILY HOUSING SOL N62477-00-R-0111 POC Charles Plis @ (202) 685-8201 WEB: Click here to go to the navfac website, http://esol.navfac.navy.mil. E-MAIL: Click here to contact the contracting officer via, plisce@efaches.navfac.navy.mil. The Engineering Field Activity Chesapeake Contracts Office is currently seeking potential sources for OMB Circular A-76 Cost Comparison Study. The intent of the study is to determine the most efficient and cost effective method of providing Operation, Maintenance and Repair of Facilities for the Dahlgren Division, Naval Surface Warfare Center. This notice does not constitute a commitment by the Government. The Study will determine whether these services should be performed under a contract with commercial sources or through the federal work force. A Government proposal to provide these services is being developed and a contract may or may not result. Requirements include the furnishing of all labor, supervision, tools, materials, equipment, incidental engineering, transportation and management necessary for the Operation, Maintenance and Repair of Buildings and Structures including Family Housing; operation, maintenance and repair of heating plants and systems inclusive of those above and below five (5) ton capacity; material purchasing, warehousing and other support of the functions listed above; tool room operations required in support of the above functions inclusive of required support of the Family Housing Self-help Program, other Public Works Department operations not covered by this solicitation and Dahlgren Contingency Operations at the Naval Sea Systems Command Dahlgren Division, Naval Surface Warfare Center (NSWCDD) and tenant activities including the Non-appropriated Fund Activities (NAF). This is not a request for proposal and no solicitation is available at this time. The Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Market research is being conducted to determine interest and capability of potential sources for this requirement. Do not submit capability statements; instead, companies wishing to respond are invited to go to the web site at http://esol.navfac.navy.mil to download the associated market survey file and statement of work. A more comprehensive description of the requirement will be provided with the market survey. The due date for responses to the market survey is 14 June 2000. Responses may be submitted via facsimile @ (202) 433-6900, attention: Charles Plis or email: plisce@efaches.navfac.navy.mil. NOTE: A pre-solicitation conference will be held on June 20, 2000 @ Building 182, Room 146, Naval Surface Warfare Center, Dahlgren, Virginia 22488-5001. Request for Proposal issuance date will be on or about 07 August 2000. In accordance with FAR 5.102 (a) (7) availability of the solicitation will be limited to the electronic medium; the solicitation will be available for download free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil. All prospective offerors and plan room holders must register as planholders on the website in order to receive a copy of the solicitation. The official plan holder's list will be maintained on and can be printed from the website. Hard copies (paper sets) or CD-ROM of the solicitation will not be provided by the Government. Registering offerors and plan rooms must provide a complete name, address, phone number including area code, offeror type (prime contractor, subcontractor, supplier, plan room, etc.), email address and type of business (large, small, small disadvantaged, woman owned, etc.). Notification of any amendments to the solicitation will only be made on the website for any posted changes. It is the sole responsibility of the offeror to continually view the website for any amendments made to this solicitation. For contractors who need assistance in doing business electronically, a website has been developed. The address is www.acq.osd.mil/ec/. To locate a Resource Center for your assistance, just click on "Assistance Centers". Proposal evaluation will be in accordance with the procedures set forth in OMB Circular A-76 and Section M of the Request for Proposal. Any resultant contract will have a performance period, which includes a base year with two option years. The contract type will be a combination firm fixed-price and indefinite quantity. This is a negotiated source selection procurement, which consists of the submission of price and technical proposals. The SIC for this procurement is 7349 with a size standard of $12 Million. Posted 06/01/00 (W-SN460464). (0153)

Loren Data Corp. http://www.ld.com (SYN# 0160 20000605\Z-0040.SOL)


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