Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 25,2000 PSA#2649

1940 Allbrook Drive, Suite 3 Wright-Patterson AFB, OH, 45433

Z -- SIMPLIFIED ACQUISITION OF BASE ENGINEERING REQUIREMENTS (SABER) SOL F33601-00-R0035 DUE 072300 POC Deloris Smith,937-257-4844 Ext 4130 WEB: 00R0035PKW-Simplified Acquisition of Base Engineering, http://www.pixs.wpafb.af.mil/pixslibr/00R0035PKW/00R0035PKW.asp. E-MAIL: Deloris.Smith@wpafb.af.mil, Deloris.Smith@wpafb.af.mil. Background "REVISED SOURCE SOUGHT SYNOPSIS 21 JUL 00 SIMPLIFIED ACQUISITION OF BASE ENGINEERING REQUIREMENTS: This is a revised sources sought synopsis for the above requirement. All sources capable of providing the following services are being sought. This includes, but is not limited to, firms currently participating in the following Small Business Administration (SBA) programs: HUBZone Small Business Small Disadvantaged Business 8(a) Woman Owned This is NOT a notice of RFP issuance. The 88 Civil Engineer Group anticipates a competitive acquisition to provide construction support at Wright-Patterson Air Force Base to support the mission of the Aeronautical System Center, Air Force Research Laboratories, 88 Air Base Wing, National Air and Intelligence Center, several other customers and their successors. This is an indefinite quantity contract for construction efforts. Construction projects will be awarded by individual delivery orders on an as-needed basis. The contractor will be required to provide all labor, materials, (unless furnished by the government), equipment transportation, supervision, mobile communication, and minimal designs (35%) to accomplish a broad range of maintenance, repair, and minor construction work on real property at Wright-Patterson Air Force Base, Ohio. Facilities include research and development, hospital, secured areas, airfields, flight line, infrastructure, office, residential, pavements, industrial, etc. Prompt response and execution of all delivery orders are required. The performance period for the base year will be 365 days. Four one-year options may be awarded. The period of performance for the indefinite delivery, indefinite quantity contract (IDIQ) will be 1 May 01 -- 30 April 02. The period of performance for individual delivery orders will be based on a site visit, project proposal submissions, and standard construction performance periods. Pricing for each delivery order will be based on the latest issue of the RS Means Database, Unit Price Book (UPB), any Custom Price Book required (CPB), and Non-Pre-Priced Items (NPP). All pricing data will be updated annually. The most economical standard of construction practices will be used at all times. This is a follow-on effort to the current contract, F33601-96-DW-005. Required contractor personnel include a Contract Manager, Environmental Manager, Design Manager, Quality Assurance Evaluator, and Project Manager. See the draft statement of work (SOW) below for more details. Capabilities Packages: We are currently developing a database of interested firms and their capabilities. All interested parties should submit a brief capabilities package that clearly demonstrates abilities to meet the stated requirements with sufficiently qualified personnel. The capabilities package should clearly present evidence that your firm is fully capable of providing the required services and as such may contain any information (subject to the page limitations stated below) your firm deems relevant. The following issues should be addressed: A. Within the past 5 years, describe your company's background and experience to provide and manage maintenance, repair, replacement, and installation of equipment. B. Describe your company's background and experience, within the past 5 years, to provide and manage repair and installation of infrastructure, including but not limited to pavements, curbs, gutters, etc. C. Describe your company's background and experience, within the past 5 years, in installing, modifying, and repairing various facilities which would include but not be limited to replacing walls, floor coverings, plumbing fixtures, ceilings, interior electric, exterior electric, HVAC systems, etc. D. Describe your company's capabilities, within the past 5 years, in installation or relocating equipment and secondary utility work to connect the existing utilities, false floors, platforms, foundations, pads, slab-on-grade, pits, mechanical ventilation, exhaust systems, air-conditioning, in facilities. E. Describe your company's capabilities, withinthe past 5 years, in providing/managing corrosion control, to include, but not be limited to: application of protective coatings, cathodic protection systems, consideration of corrosion problems when purchasing and installing replacement equipment and materials, and making recommendations for system modifications to reduce corrosion control. F. Describe your company's capabilities, within the past 5 years, to provide and manage the abatement of lead based paints/substances and asbestos containing materials. G. Describe your company's capabilities in managing, handling, and transporting hazardous material and waste. H. Describe your company's capabilities in providing/managing a management information system, procedures, and methods of record keeping that will provide an audit trail for delivery order records, control and processing of incoming and outgoing materials, scrap material recycling and disposal and tracking government furnished property and materials. I. Describe your company's ability to respond to urgent and short notice requirements, i.e., quick turn around for multiple delivery orders. J. Describe your company's process and success in obtaining security clearances for your employees and your ability to provide the required persons with the appropriate security clearances/accesses. K. Provide typical resumes that exemplify the types of persons you would identify to provide management, design, administrative, and technical requirements. L. Describe your company's capability to obtain subcontractors for construction of all types. M. Describe your safety programs to be used to comply with OSHA and EPA regulatory requirements and any specialized training initiatives. N. Provide a quality control plan which addresses all aspects of quality control to include responsibility for surveillance of work, acceptance, rejection, documentation and resolution of deficiencies, trend analysis and corrective actions. O. Provide any other information you think we need to evaluate your firm's capabilities. The capabilities packages should present clear evidence that the interested party is fully capable of providing required services and as such may contain any information you think is relevant. Responses must not exceed 30 single-spaced, 10 point typed pages. All capabilities packages must be received no later than 10 Aug 00. Your attention is directed to the following web site which contains a Small Business Administration news release which may impact this solicitation: http://www.sba.gov/news/current00/00-61.html A second WPAFB SABER Industry Day is scheduled for 18 Aug 00, 9:00 AM -- 12:00 PM Eastern Daylight Time (EDT) at Wright-Patterson AFB, Building 230 Conference Center. To obtain base passes to attend the second SABER Industry Day, submit the following information for each attendee on your company letterhead: Name Social Security number Phone number and fax number Participation is limited to no more than three (3) individuals per company. Submit your request no later than 4:00 PM on 10 Aug 00 to ASC/PKWOEA, ATTN: Deloris Smith, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309 or you may fax the information to (937) 257-2825. The WPAFB SABER contract is an Aeronautical Systems Center (ASC) program. The current status is Sources Sought and it is a Category Z -- Maintenance, repair, and alteration of real property program. Solicitation No. F33601-00-R0035 Response Date: 08/10/2000 SIC Code: 1542 Dollar Amount: $10,000,000 + How to contact this program: POC: Deloris Smith, Tel: 937-257-4844 Ext 4130 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB, OH 45433 30 June 2000 -- SABER Industry Day Briefing Charts and Attendance Sheet have been posted to PIXS. " Posted 07/21/00 (D-SN477632). (0203)

Loren Data Corp. http://www.ld.com (SYN# 0194 20000725\Z-0062.SOL)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |


Created on July 21, 2000 by Loren Data Corp. -- info@ld.com