Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 15, 2000 PSA #2727
SOLICITATIONS

V -- TRANSPORTATION, TRAVEL, & RELOCATION

Notice Date
November 13, 2000
Contracting Office
Fleet and Industrial Supply Center, Puget Sound, Bldg 467 W Street, Code 200 Bid Desk, Bremerton, WA 98314-0051
ZIP Code
98314-0051
Solicitation Number
N/A
Response Due
November 27, 2000
Point of Contact
David W. Clemens (360) 476-4100
E-Mail Address
Contact Contracting office (david_w_clemens@puget.fisc.navy.mil)
Description
Fleet and Industrial Supply Center Puget Sound is seeking sources and soliciting information used to refine the acquisition strategy for procurement of services in support of Naval Undersea Warfare Center (NUWC), Keyport WA. The scope of the contemplated multi-year contract includes operation and corrective/preventative maintenance services for NUWC range craft. The contractor will provide handling, operational, and maintenance support for weapon, target, and other test vehicle load, launch, and retrieval operations in addition to administrative and logistics support for range craft vessels. Range craft operations include the support of Fleet exercises, weapon system test programs, and other undersea warfare tests and operations. Principal vessels include YTT (186 ft), YP (108 ft), TRB (72 ft), and YC (110 ft) types. Ranges are located in the coastal and inland waters of Washington State and British Columbia, Canada. Comments and information on each of the following is requested: (1) Contract type: Comment on the desirability of (a) Cost plus award fee (CPAF), (b) Cost plus fixed fee (CPFF), (c) Fixed-price, (d) combination of the above (describe), or (e) Other (describe). Which type is the most appropriate? What risks do you foresee?(2) Award term: Permits the Government to adjust the contract length upward or downward based upon the contractor's performance. The term adjustment process is similar to that used in an award fee determination. There are no option periods, only a basic period with additional performance earned through the award term. Under the award term clause, the Government could adjust (increase or decrease)the contract length between a specified minimum number of years (e.g., three years) and a specified maximum number of years (e.g., ten years). The maximum number of years would be costed at time of award and the offeror would be evaluated on the cost/price of all possible years of performance. Provide feedback on the desirability of and suggestions for such an award term provision. Discuss whether a contract with option periods is preferred to a contract with award term provisions. What is the optimal period of performance and why? (4) Set-Aside: The Contracting Officer reserves the right to set-aside all, portions of, or none of this requirement. The NAIC for this requirement is 488320(equivalent to the previous SIC 4491) with an applicable small business size standard of $18.5 Million. Identify your Large Business, Small Business, Small and Disadvantaged Business, or Section 8(a) Business status. (5) Positive Incentives for Superior Performance and Negative Incentives for Less Satisfactory Performance: What specific kinds of incentives will work to motivate contractors to optimize the value and minimize the risk to the Government? (6) Performance Risk: Where do you see increased contract performance risk and what methods might be applied to mitigate those risks? (7) Subcontractor Teaming: Which other firms would be included in your proposal as team members? How should the evaluation of team members be conducted? (8)Description of capability: Describe your capability to handle task orders under the contemplated contract. (9) Oral presentations: Are oral presentations useful? Which parts of a technical proposal should be presented orally? What evaluation criteria are recommended? (10)Commercial acquisition: Discuss the extent to which commercial practices can be included in the resulting contract.(11) Acquisition streamlining: How could this acquisition be streamlined and still meet the requirements of the FAR and its supplements? (12) Suggestions for solicitation: What solicitation provisions and contract clauses are suggested? (13) Other: Other suggestions regarding this acquisition or any other alternatives are encouraged. Responses are requested via e-mail to david_w_clemens@puget.fisc.navy.mil by 4:00 p.m. Monday 27 November 2000. You may reference samples of relevant parts of desirable Government or commercial contracts. This request for information (RFI) is for acquisition planning purposes only and shall not be construed as an obligation on the part of the Government to acquire any services. The Government does not intend to award a contract on the basis of this RFI. The Government will not pay for any information submitted in response to this RFI. This RFI is not a Request for Proposals. Any written solicitation will be announced separately.
Web Link
FISC Puget Sound (http://www.puget.fisc.navy.mil/contracting)
Record
Loren Data Corp. 20001115/VSOL003.HTM (W-318 SN506577)

V - Transportation, Travel and Relocation Services Index  |  Issue Index |
Created on November 13, 2000 by Loren Data Corp. -- info@ld.com