|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1998 PSA#2015HQ AFRES/LGC, 155 2nd Street, Robins AFB, GA 31098-1635 M -- OMB CIRCULAR A-76 COST COMPARISON STUDY TO MANAGE AND OPERATE
MULTIPLE FUNCTIONS AT NIAGARA FALL, IAP ARS NY POC Betty Feirick,
Contracting Officer, (912) 327-0588 E-MAIL: betty.feirick@afrc.af.mil,
bfeirick@afrc.af.mil. SMALL BUSINESS SOURCES SOUGHT. HQ AFRC, Robins
AFB GA, is seeking potential small business sources to participate in
the OMB circular No. A-76, "Performance of Commerical Activities,"
study for Niagara Fall, IAP ARS NY, to be conducted by HQ AFRC/LGCP.
The information provided will be used to determine if the acquisition
will be a small business set-aside. Therefore, to be considered as a
viable small business candidate, offerors must possess a minimum of one
(1) year corporate experience (Excluding orientation period) within the
past five years operating and managing at least three (3) Base
Operating Services (BOS) functions of similar magnitude simultaneously
at the same installation, with at least one of those functions being
either Supply Management, Communications and Information Management, or
Real Property Maintenance. NOTE: This is the minimum experience
requirement for consideration as a viable candidate; it may not
necessarily constitute sufficient experience to receive award of a
contract. Failure to submit all required information may preclude
consideration of your company as a viable candidate. Minimum Required
Information: A capability statement, including summary of relevant
experience and performance history (with points of contact and
applicable telephone numbers, FAX numbers, addresses and email
addresses, if available) within the past five years. The total manpower
authorizations for all functions included in this study is 87 full-time
equivalents. This is provided for information purposes only and is not
to be construed as the Government's manpower requirement. This
requirement will cover multiple Base Operating Services (BOS) functions
listed in descending order of magnitude of work effort, consisting of
Real Property Management, Supply, Communications and Information
Management, Vehicle Maintenance and Management, Transportation
Management, Lodging, and Meterological Services. However, specific
tasks and workload data identified in the solicitation will determine
the size of individual functional areas. These functions are integrated
to provide complete base operating support to installation customers
while focusing on quality practices. This acquisition will be solicited
as a competitive negotiated procurement utilizing Technically
Acceptable-Perfomance Price Tradeoff (TA-PPT) source selection
procedures. The process permits tradeoffs among cost or price and
performance factors of technically acceptable proposals allowing the
Government to accept other than the lowest prices offeror in order to
obtain the best value when it may be in the best interest of the
Government. THE EVALUATION PROCEDURES INCLUDING SPECIFIC FACTORS AND
STANDARDS WILL BE ESTABLISHED IN THE SOLICITATION. The Standard
Industrial Classification (SIC) Code is 8744, Base Maintenance, with a
size standard of $20 million. Contractors must possess or obtain prior
to award a facility security clearance at the TOP SECRET classification
level. Security clearances for personnel range from Top Secret in the
Communications/ Information Management function to Secret in all other
functions. The solicitation will require submission of past
performance information and technical proposals. Respondents capable of
satisfying the requirements stated herein should submit the following
information (as a minimum) within 30 days of this publication to, HQ
AFRC/LGCP, ATTN: Betty Feirick, BLDG 1000A, Executive Court, Warner
Robins GA 31093. Womam-owned and small disadvantaged businesses are
encouraged to repsond. Joint ventures and teaming arrangements are
encouraged if needed to meet the requirements. As part of our market
research efforts, Contractors are encouraged to complete the Service
Contract Consolidation Survey located on the HQ AFRC Homepage at
http://www.afres.af.mil/hq/LG/lgc/survey.htm. (0016) Loren Data Corp. http://www.ld.com (SYN# 0060 19980121\M-0004.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|