Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 15, 2001 PSA #2978
SOLICITATIONS

M -- AIRFIELD SUPPORT SERVICES UNDER OMB CIRCULAR A-76=20

Notice Date
November 13, 2001
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
ZIP Code
32212-0097
Solicitation Number
Reference-Number-CA10
Response Due
February 20, 2002
Point of Contact
Robin Shafer, Contract Specialist, Phone (904) 542-1063, Fax (904) 542-1163, Email robin_l_shafer@jax.fisc.navy.mil
Description
The Department of the Navy, Fleet and Industrial Supply Center-Jacksonville, FL (FISC JAX), is seeking to identify potential sources and their capabilities to provide airfield support services for Naval Air Station Corpus Christi, TX. The support services shall include, but not be limited to the following: Support of transient aircraft launch and recovery operations, ground servicing of aircraft, cargo handling, and outlying airfield support for two Naval Auxiliary Landing Fields. This list is not intended to be all inclusive but rather to provide an overview of the variety of services required to support the mission at Naval Air Station Corpus Christi, TX. FISC Jacksonville intends to solicit proposals for an OMB Circular A-76 Cost Comparison Study. The purpose of the study is to determine the most efficient and cost effective method of providing Airfield Support Services for NAS Corpus Christi. Government personnel are currently performing these services. In accordance with OMB Circular A-76, the offer determined to represent the best value to the Government will be compared to the Government's proposal to perform the above services. Commercial proposals will not result in a contract if Government performance is determined to be more advantageous.=20 The projected date for issuance of the solicitation is 18 Jan 2001. Interested sources are requested to submit a statement demonstrating their capability to perform the responsibilities listed above. Responses shall be limited to two pages, and may include a description of the company and its experience relative to the performance of this or similar services. Responses must also identify the business size and whether the business is designated as a small business, small disadvantaged business, women-owned small business, or hub-zone certified business. This acquisition will be conducted under North American Industry Classification System (NAICS) Code- 488119, which establishes $5 million as the threshold for small business size. =20 Information received in response to this announcement marked, as corporate or proprietary information will be fully protected from release outside the Government. The Government will not reimburse contractors for the cost of submitting information in response to this sources sought announcement. Sources interested in subcontracting opportunities are also requested to submit the information requested above. Faxed responses should be on company letterhead and reference the following: CA-SE TEXAS REG and must be submitted no later than November 30, 2001. Fax responses to Robin L. Shafer, 904-542-1163, or e-mail to: robin_L_shafer@jax.fisc.navy.mil. E-mailed responses preferred.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVSUP/N68836/Reference-Number-CA10/list ing.html)
Record
Loren Data Corp. 20011115/MSOL003.HTM (D-317 SN5128N9)

M - Operation of Government-Owned Facilities Index  |  Issue Index |
Created on November 13, 2001 by Loren Data Corp. -- info@ld.com