Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 18,1998 PSA#2054

Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090

M -- TRANSPORTATION SERVICES INCLUDING MNT, OPER, AND RPR, RIGGING AND ORDNANCE TRANSPORT, NAVAL SUBMARINE BASE, NEW LONDON, GROTON, CT SOL N62472-98-R-0829 DUE 051698 POC Judith A Mercede, Contract Specialist, 610-595-0630, Fax 595-0644. This is the First of Two Pre-Solicitation Notices involving the comparison of the cost of performing commercial activities by a government organization (Public Works, NAVSUBASENLON) at Groton, CT and its associated field stations, annexes, reserve centers, and tenant activities to the cost of performing these services by the private sector. The Department of Navy intends to issue an RFP (Request for Proposal) for this project. This is a cost comparison study which will be conducted in accordance with OMB (Office of Management and Budget) Circular A-76 dated 04 August 1983 (Revised) and the A76 Supplemental Handbook dated 27 March 1996 (Revised). Public work services are currently being performed by Government employees. The scope of work will include all labor, material, transportation, equipment, tools, except as specified as Government-furnished, supervision and management efforts necessary to determine and perform motor vehicle and heavy equipment, maintenance, repair, and operations at unit prices including management, supervision, mobilization, material and equipment costs. The work includes operation, maintenance and repair vehicles valued at approximately $24,390,563. The fleet consists of automobiles, light trucks, and heavy equipment including tractors, trailer, roadway sweeper, portable welding machines, portable air compressors, front end loaders, backhoes, snow removal equipment, fire trucks, cranes, material handling equipment and miscellaneous equipment. The work includes "over the road" delivery service of equipment and supplies, as well as "On Station" delivery of supplies and materials. The work also includes operation, maintenance and repair of cranes used in waterfront operations. The base contract performance period is anticapated to be up to 12 months with up to four(4) 12 month options for a total of sixty months. Options will be exercised by the Governement if found to be in the Government's best interest. FAC Clause 5252.217-9301 "Option to Extend the Term of the Contract-Services",FAR Clause 52.217-8 "Option to Extend Services" will be included in the solicitation. It is anticipated that Service-Contract Act(SCA) Department (DOL) wages will be incorporated into the solicitation. The solicitation will also include FAR Clause 52.217-5, "Evaluation of Options" except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interest. Evaluation of options will not obligate the Government to exercise the option(s). The firm determined to be the most advantageous to the Government, price and other factors considered will be made based on Source Selection procedures that provide for evaluation of qualified offerors. Source selection evaluation criteria will be published in the CDB prior to issuance of the RFP. The contract will be awarded to the firm determined to be the most advantageous to the Government, price and other factors considered, if the contractor's cost proposal is lower than the Government's proposal, taking into consideration the minimum cost differential requirements. The minimum differential is the lesser of 10 percent of the personnel costs in the Government In House Cost Estimate (IHCE) or $10 million over the performance period. The purpose of the minimum cost differential is to avoid the disruption of converting performance of the commercial activity based on a minimal cost savings. It has not yet been determined if the proposed contract (solicitation) will be issued as an unrestricted or set-aside for small business concerns. The proposed contract (solicitation) is being considered for a set-aside for Small Business concerns. Interested Small Business concerns should as early as possible, but not later than 15 calendar days after this notice, indicate interest in this acquisition by providing to the contracting officer evidence of your firms capability to perform. Evidence of capability shall include, at a minimum, a postive statement of eligibility as a Small Business concern and three (3) references of current or recently completed contracts for similar services in the $5.0 million dollar range including all options. A current financial statement and the DUNS number assigned to your firm are also to be submitted. You may submit your documentation by facsimile to Mrs. J. Mercede at (610) 595-0644/0645 or mail to Northern Division, Naval Facilities Engineering Command, Attn Mrs. J. Mercede, 10 Industrial Highway, Mailstop 82, Lester, PA 19113-2090. This is not a request for proposal nor does the Government intend to pay for the requested information. Additionally, no telephone solicitations or office visitations for presentations will be accepted at this time. All information received will be treated as proprietary information. If adequate interest is not received for Small Business concerns, the solicitation will be issued as Unrestricted. The SIC Code is 8744 and the Small Business Size Standard is $5 million. The tentative issue date of the solicitation is March/ April 1998. A second CBD notice will explain the fee requirements for copies ofthe solicitation bidding documents. Questions concerning the subject notice, contact Mrs. Judith Mercede, Contract Specialist, Code 02C, at (610) 595-0630. (0075)

Loren Data Corp. http://www.ld.com (SYN# 0048 19980318\M-0002.SOL)


M - Operation of Government-Owned Facilities Index Page