Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,2000 PSA#2629

Northern Division Naval Facilities Engineering Command, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090

Z -- FACILITIES MAINTENANCE AND REPAIR SERVICES, SUBASE, NEW LONDON, GROTON, CT SOL N62472-98-R-0831 DUE 073000 POC MaryLou Morgan, Contract Specialist, (610) 595-0831 This is not an Invitation for Bid (IFB)or a Request for Proposal (RFP). Under PL98-369 (CICA), this sources sought market survey is seeking to identify potential contractors to perform commercial activities. A comparison of the cost to perform commercial activities by a government organization (Public Works Office, SUBASE, New London, Groton, CT) to the cost of performing these services by the private sector will be evaluated. The Department of Navy will ultimately issue a Request for Proposals (RFP) for this project. The scope of the work includes all: management, administration, supervision, labor, materials, supplies, tools, and equipment except that specified as Government-furnished, to perform Public Works maintenance, repair, and support services for Government owned facilities at the Naval Submarine Base New London, Groton, CT. The contractor shall provide, maintain and operate a Computerized Maintenance Management System (CMMS) for control and documentation of all work. The work shall include all emergency/service work reception and classification, control, planning, estimation, scheduling, coordination, documentation, and close-out procedures associated with structures and facilities maintenance, repair, minor construction, alteration and improvements, and other Public Works services as defined herein, or as requested by the Contracting Officer, to include his/her designated representatives. There will be Indefinite Quantity line items for ordering of work over and above the Firm-Fixed Price portion of the contract. The performance period is for twelve (12) months with four (4) additional 12-month options to be exercised by the Government if found to be in the Government's best interest. It is anticipated that Service Contract Act wages will be utilized in this contract. A Best Value determination will be made after considering all the evaluation criteria under Source Selection Procedures. Anticipated Source Selection criteria will be published in the CBD prior to issuance of the RFP. The cost comparison study will be conducted in accordance with OMB Circular A-76 dated 4 August 1983 (Revised) and the A-76 Supplement Handbook dated 27 March 1996 (Revised). The contract will be awarded to the best value contractor if the contractor's cost proposal is less than the Government's proposal, taking into consideration the minimum cost differential requirements. The minimum differential is the lesser of 10 percent of the personnel costs in the government's In House Cost Estimate (IHCE) or $10 million over the performance period. The purpose of the minimum cost differential is to avoid the disruption of converting the performance of the commercial activity based on a minimal cost savings. The SIC is 8744 and the Small Business Size Standard of $20 million is applicable to this contract. It has not yet been determined if the proposed solicitation will be issued as unrestricted or set-aside for Small Business or Small Disadvantaged Business. All interested firms, regardless of size, are encouraged to respond (via fax) to this announcement using company letterhead. Companies must indicate business size. Respondents shall indicate interest in the acquisition by providing to the contracting officer evidence of the firm's capability to perform including any previous similar projects and statement of basic qualifications and financial capability. This information should be provided as early as possibly, but no later then 15 calendar days after date of this notice. The estimated cost range (including all options) will be provided in a subsequent synopsis. Your may send your response by facsimile to Ms Marylou Morgan (610) 595-0644, email morganml@efdnorth.navfac.navy.com or mail to Northern Division, Attn: Marylou Morgan, Code 09TC/MM, Naval Facilities Engineering Command, 10 Industrial Highway, Mailstop # 82, Lester, PA 19113-2090.This market survey is for information and planning purposes only. This does not constitute a Request for Proposal and is not to be construed as a commitment to contract. Future CBD notices willexplain instructions for obtaining bidding documents and restrictions, if any, on which vendors can submit proposals. For questions concerning the subject notice, please fax to Ms Marylou Morgan at (610) 595-0644. Posted 06/22/00 (W-SN467323). (0174)

Loren Data Corp. http://www.ld.com (SYN# 0170 20000626\Z-0026.SOL)


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