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