|
COMMERCE BUSINESS DAILY ISSUE OF JULY 7,2000 PSA#2637SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 Z -- A76-COMERICAL ACTIVITIES STUDY FOR BASE OPERATING SERVICES AT THE
MARINE CORPS RECRUIT DEPOT IN SAN DIEGO, CALIFORNIA. SOL
N68711-99-R-6668 POC Samantha Darella, Contract Specialist at (619)
532-3758 or Sonnya Crook, Contract Specialist at (619) 532-3856 WEB:
The Presolicitiation Notice Only. The RFP will be issued,
http://esol.navfac.navy.mil. E-MAIL: To contact the Contract Specialist
via E-mail click, darellass@efdsw.navfac.navy.mil. This is the
Pre-Solicitation Notice for an OMB Circular A-76 Cost Comparison Study
to provide managerial, administrative, supervisory, direct and
indirect personnel to accomplish services such as facilities
maintenance and repair, utilities operations and maintenance,
facilities planning, engineering and environmental support services for
the Marine Corps Recruit Depot in San Diego, California. There are
approximately 100 positions affected by this study. The required
services include, but are not limited to, paint, pest control,
electrical, air conditioning, heating, plumbing, production control,
material control, machine and sheet metal, refrigeration, carpentry,
emergency and recurring services, engineering and technical services,
utilities maintenance, management of hazardous waste and recycling, and
direct overhead support of said services. Service requirements include
the following: (1) The contractor shall have the appropriate licenses
to provide said services (2) The contractor must furnish labor and
supervision (3) The contractor will be responsible for planning,
scheduling, and service writing. The successful offeror will provide
all management, personnel, tools, equipment, replacement parts,
materials, and appliances to perform these services. If the cost
comparison results in contract performance, the contract performance
period will include one base year and four (4) twelve month option
years and the ability to earn an additional three (3) twelve month
award term option years. A performance-based combination firm fixed
price, indefinite quantity type contract is anticipated. PARTICIPATION
IS RESTRICTED TO SMALL BUSINESS ADMINISTRATION 8(a) PROGRAM FIRMS THAT
ARE APPROVED FOR SIC CODE 8744. In accordance with OMB Circular A-76,
the offer determined to represent the best value to the Government,
price and other factors considered, will be compared to the
Government's proposal to perform said services. A contract will not be
awarded unless the costs of contracting are the lesser of ten percent
ofthe Government's personnel costs or $10 million over the performance
period. Government personnel adversely affected by conversion of
Government performed services to contract have Right of First Refusal
for jobs for which they are qualified. In accordance with FAR 15.1,
Engineering Field Division Southwest determined it is in the Navy's and
Industry's best interest to streamline the acquisition process by
utilizing a Three-Step source selection process. Please refer to
sections L & M of the RFP for details. All potential offerors are
reminded, in accordance with DFARS 252.204-7004, REQUIRED CENTRAL
CONTRACTOR REGISTRATION (MAR 1998), lack of registration in the CCR
database will make an offeror ineligible for award. In accordance with
FAR 5.102(a)(7) availability of the solicitation will be limited to
the electronic medium; solicitation will be available for download via
the NAVFAC website at http://esol.navfac.navy.mil. The official plan
holders list can be printed from the website. All prospective offerors
and plan rooms are encouraged to register as plan holders on the
website. Registering offerors and plan rooms must provide a complete
name, complete mailing address and area code and phone number, offeror
type (prime contractor, sub contractor, supplier or plan room), email
address and size (large business, small business, small disadvantaged
business, woman owned small business or other). Notification of any
changes (amendments) to the solicitation will be made only on the
Internet. It will be the contractor's responsibility to check the
website for any posted changes. The RFP will be available on the NAVFAC
website on or around 17 July 2000 with a closing date for Step I
proposals approximately 30 days after the date of issue. A Step I
pre-proposal conference will be held within 7 to 10 days of issuing the
RFP. Additional details regarding the pre-proposal conference will be
included in the RFP.***** Posted 07/05/00 (W-SN471670). (0187) Loren Data Corp. http://www.ld.com (SYN# 0076 20000707\Z-0005.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|