Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7, 2001 PSA #2783
SOLICITATIONS

R -- A-76 COST COMPARISON STUDY AMC, PRECISION MEASUREMENT EQUIPMENT

Notice Date
February 5, 2001
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (AMC/LGCF), 507 Symington Drive, Room W202, Scott AFB, IL, 62265-5015
ZIP Code
62265-5015
Solicitation Number
FA4452-01-R-0001
Response Due
August 20, 2001
Point of Contact
Susan Madison, Contracting Officer, Phone (618)256-9965, Fax (618)256-5724, Email Susan.Madison@scott.af.mil -- Nancy Jurke, Contracting Officer, Phone (618) 256-9963, Fax (618) 256-5724, Email
E-Mail Address
Susan Madison (Susan.Madison@scott.af.mil)
Description
TITLE- A-76 COST COMPARISON STUDY-AIR MOBILITY COMMAND (AMC) PRECISION MEASUREMENT EQUIPMENT LABORATORIES This is the first synopsis for the OMB A-76 cost comparison study to provide operations and maintenance for eight Air Mobility Command (AMC) Precision Measurement Equipment Laboratories (PMELs) at Scott AFB, Illinois; Andrews AFB, MD; Dover AFB, DE; Pope AFB, NC; McConnell AFB, KS; Fairchild AFB, WA; Grand Forks AFB, ND; and MacDill AFB, FL. Four locations: Scott AFB, Andrews AFB, Dover AFB, and Pope AFB currently retain government in-house performance. These four will be included in a traditional OMB A-76 cost comparison process with private offerors. The other four locations: McConnell AFB, Fairchild AFB, Grand Forks AFB, and MacDill AFB, currently attain performance through a private contractor which expires 30 Sep 02. These installations have already been competitively outsourced and will not be included for further cost comparison against a government in-house organization. Since the PMEL functional requirements are the same at all eight locations and the contract currently in place at the outsourced locations is nearing its natural expiration, they will be included in this acquisition for competition among the private offerors only. This solicitation will be conducted in two separate and simultaneous parts. Part one is being processed as an OMB Circular A-76 Cost Comparison Study for the current in-house PMEL requirements at Scott AFB, Andrews AFB, Dover AFB, and Pope AFB. Air Force Instruction (AFI) 38-203, entitled Air Force Commercial Activities Program Instruction is applicable to this part of the acquisition. The public offeror, (government in-house Most Efficient Organization (MEO)) will compete with the selected best value private offeror for these locations. The number of personnel included in the cost comparison study is 64 military and 17 civilian across the four (4) bases currently performed in-house. Part two of the solicitation will support a best value competition among the private offerors for the work currently being performed by a private contractor at McConnell AFB, Fairchild AFB, Grand Forks AFB, and MacDill AFB. As previously stated, the MEO will not compete for these four AMC bases previously competitively sourced. A best value private offeror will be selected from among the private offerors to provide the services required at these installations. Multiple awards possible: Outcome One -- MEO performance at Andrews AFB, Dover AFB, Pope AFB, and Scott AFB and Best Value Private Contractor Performance at McConnell AFB, Fairchild AFB, Grand Forks AFB, and MacDill AFB. If after completion of the evaluation process, in-house or government MEO performance is determined to be more economical under part one for current in-house locations, performance will remain in-house and the MEO implemented IAW AFI 38-203. That portion of the solicitation will then be canceled and no contract award made for those four locations. A separate best value private offeror will be selected under part two and a contract awarded for performance at the other four currently outsourced locations. Outcome Two -- One Private Contractor wins performance at Andrews AFB, Dover AFB, Pope AFB, Scott AFB, McConnell AFB, Fairchild AFB, Grand Forks AFB, and MacDill AFB. If the selected best value private offeror for part one is more economical than the government MEO, a conditional award will be made for that portion of the requirement. If this same best value private offeror is selected under part two, one single contract will then be awarded to that best value private offeror for all eight locations after fulfilling the public review period requirements IAW AFI 38-203 for part one. Outcome Three -- One Private Contractor wins performance at Andrews AFB, Dover AFB, Pope AFB, and Scott AFB, and another Private Contractor wins performance at McConnell AFB, Fairchild AFB, Grand Forks AFB, and MacDill AFB. If the selected best value private offeror for part one is more economical than the government MEO, a conditional award will be made for that portion of the requirement. In this outcome, a different private offeror may be selected as the best value offeror for part two, and therefore, is awarded a separate contract for the currently outsourced locations. A competitive Request for Proposal (RFP) will be issued for this effort on a full and open competitive basis. Standard Industrial Classification (SIC) Code is 8734 and the corresponding NAICS code is 541380, size standard is $5M. Total contract performance, if options are exercised, will not exceed 60 months. The solicitation is scheduled for release on 19 Mar 01 and can be downloaded from FedBizOPPS at http://eps.satx.disa.mil/cgi-bin/WebObjects/EPS.woa/9/wo/Mn5QK2a87KBg3SSuByLev9s5i3l/3.0.10.15.0.0. No hard copies of this solicitation will be issued. Planned decision date for this study is 3 Apr 02.
Web Link
Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=FA4452-01-R-0001&L=471)
Record
Loren Data Corp. 20010207/RSOL012.HTM (D-036 SN50C7X6)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on February 5, 2001 by Loren Data Corp. -- info@ld.com