|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,1995 PSA#1262US ARMY SPACE AND STRATEGIC DEFENSE COMMAND, ATTN: CSSD-CM-TK, PO BOX
1500, HUNTSVILLE, AL 35807-3801 M -- M -- DASG60-95-0010 - WAKE ISLAND OPERATIONS AND MAINTENANCE POC
LARRY RIDGEWAY, CONTRACT SPECIALIST, CSSD-CM-TK, (205) 955-1187, LINDA
N. BENTLEY, CONTRACTING OFFICER. Sources are sought for Wake Island
Operations and Maintenance. Wake Island is a government-owned,
contractor-operated, Department of Defense funded civilian community
supporting missile launch operations performed by others. A missile
launch complex is located on Wake Island, which is approximately 2,000
miles west of Hawaii. The objectives of this effort are to provide
operations and maintenance for Wake Island. The contractor will be
required to operate and maintain the airfield and marine services,
maintain roads and vehicles, provide facilities management, ensure
environmental compliance, operate and maintain utility services, manage
supply operations, provide, maintain, repair and manage services
related to petroleum products, provide emergency response for various
operations, provide and/or manage food services, housing/billeting,
medical services, laundry services, pest control, convenience and
grocery stores, check cashing, security, communications services and
coordinate postal service. The contractor will be required to meet
surge mission requirements caused by build up for and execution of
missile launch programs. A current secret facility clearance will be
required. Contract award is planned for 1 December 1995, with
phase-in/transition to be accomplished by 31 January 1996. The
resulting contract period of performance is for a basic effort of 36
months with option requirements to extend services for an additional 36
months in one year increments. The request for proposals (RFP) is
expected to be issued on or before 31 March 1995, with an estimated
closing date of 8 June 1995. These dates are for planning purposes only
and are subject to change. The RFP will be advertised in the Commerce
Business Daily (CBD) prior to issuance. Respondents to this sources
sought will be added to the list of potential sources and will be
issued a copy of the RFP without being required to respond to the CBD
announcement of RFP. Information on a site visit for potential offerors
to take place approximately 21 days after release of the RFP will be
provided to respondents to this sources sought in the near future.
Firms responding to this notice should state whether they are small or
small disadvantaged businesses, for which the Standard Industrial
Classification (SIC) Code is 8744, and the size standard is no more
than $20 million in annual receipts. The Army reserves the right to
consider a small or small disadvantaged business set aside based on the
responses hereto. No verbal submissions will be accepted. No facsimile
submissions will be accepted. Interested firms should submit their
written qualifications to CSSD-CM-TK, ATTN: Larry Ridgeway, at the
above address, within twenty-one (21) days from publication of this
notice. (0011) Loren Data Corp. http://www.ld.com (SYN# 0046 19950112\M-0002.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|