Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 20, 2001 PSA #2981
SOLICITATIONS

M -- THE U.S. ARMY TACOM IS SOLICITING INPUT FROM POTENTIAL OFFERORS FOR AN IMPENDING SOLICITATION FOR CORROSION SERVICE CENTERS TO PROVIDE CORROSION PREVENTION SERVICES TO INHIBIT DETERIORATION OF VEHICLES AND GROUND SUPPORT EQUIPMENT TO EXTEND THEIR USEFUL SERVICE LIFE.

Notice Date
November 16, 2001
Contracting Office
U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DE), Warren, MI 48397-5000
ZIP Code
48397-5000
Solicitation Number
DAAE07-02-R-L502
Point of Contact
Patricia A. Horton (810) 574-5185
E-Mail Address
Click here to contact the POC/buyer via e-mail (hortonp@tacom.army.mil)
Description
(a) The U.S. Army Tank-automotive and Armaments Command is soliciting input from potential offerors for an impending solicitation for Corrosion Service Centers (CSCs) (see attached DRAFT scope of work) to provide corrosion prevention services to inhibit deterioration of vehicles and ground support equipment to extend their useful service lives. The CSCs will apply corrosion inhibiting sprays for a Level I facility, and corrosion inhibiting sprays, touch-up paint and perform corrosion prevention maintenance tasks for a Level 2 facility. The selected Contractor will maintain and operate Level 1 CSCs at one or both of the following locations: Schofield Barracks, Oahu, HI, and the Naval Base Ventura County (Port Hueneme), CA. And submit an alternative price for a Level 2 facility at Schofield Barracks, Oahu, HI. (b) The total contract period of performance will be a 6-month period for Service Center Preparation (Firm Fixed Price) and a 1-year base with 4 one-year options for service performance (Time and Material or Firm Fixed Price). The 6-month preparation period includes submission of a corrosion service plan, Government approval of that plan, establishment of the center and approval by the Government. During the first 180 days after contract award, the Contractor will establish a Level 1 corrosion service center and notify the Procuring Contracting Officer that the Contractor is ready to begin corrosion services. No vehicle treatments shall take place prior to the Government's acceptance and approval of the CSC and database management infrastructure. Upon approval, CSC operations shall commence. (c) All potential offerors will be required (MANDATORY) to attend pre-proposal conference and site visits at Schofield Barracks, HI and Port Hueneme, CA. During the site visits the contractor will evaluate the existing facilities and determine what temporary modifications, improvements or other work is required to make the facility suitable for use as a CSC. (d) Potential offerors are encouraged to submit questions or input on the attached Scope Of Work. Additionally, TACOM is asking the following specific questions in regard to the scope. (1) The Scope of Work requires the Contractor to receive, inspect, and process thirty- (30) mission capable vehicles/Ground Support Equipment (GSE) per day within 5 business days from date of inspection for a level 1 facility and within 10 business days from date of inspection for a level 2 facility. How would you handle the requirement of "the CSC shall have the capability to accommodate a surge requirement of up to 60 vehicles/equipment per day (or 12,000 vehicles/GSE per year)"? (2) Our intent is to provide you blueprint schematics of the proposed sites, what additional information concerning the proposed site would you need to submit a complete proposal, for the modification of an existing building or construction of a new building as appropriate? (3) How would the contract type of the application (Time and Material or Firm Fixed Price) affect your ability to propose on the requirements? (e) The following is provided in conjunction with the draft solicitation. a. One copy of the corrosion database management system used at Schofield Barracks (informational purposes) b. One copy of the TACOM Corrosion Rating System (mandatory use) c. One copy of the TB 43-0213 Corrosion Prevention and Control including Rustproofing Procedures for Tactical Vehicles (f) ACQUSITION WEB PAGE: All information including questions and answers related to this draft Scope of Work will be posted on the following website: http://contracting.tacom.army.mil/installsupport/installationsupport.htm (g) Offerors are requested to submit questions and/or comments to Patricia A. Horton, hortonp@tacom.army.mil, (810) 574-5185 no later than 28 Nov 01. (h) IN ADDITION TO (g) ABOVE, ALL INTERESTED PARTIES ARE REQUESTED TO SEND NAME OF COMPANY, A BRIEF DESCRIPTION OF COMPANY AND NAME, TITLE, E-MAIL AND PHONE NUMBER OF POINT OF CONTACT TO hortonp@tacom.army.mil NO LATER THAN 28 NOV 01.
Web Link
Click here to get a view of draft copy of the Executive (http://contracting.tacom.army.mil/installsupport/installationsupport.htm)
Record
Loren Data Corp. 20011120/MSOL001.HTM (W-320 SN513211)

M - Operation of Government-Owned Facilities Index  |  Issue Index |
Created on November 16, 2001 by Loren Data Corp. -- info@ld.com