|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19,1998 PSA#2225Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82,
Lester, PA 19113-2090 Z -- BASE OPERATING SUPPORT, NAVAL AIR STATION, WILLOW GROVE, PA SOL
N62472-98-R-0836 DUE 013199 POC Anthony Teti, Contract Specialist,
610-595-0626. This is a Source Sought Notice involving comparison of
cost of performing commercial activities by a government organization
(Public Works Office, Management Information Systems, Morale Welfare
and Recreation, Family Service Center (FSC), and Public Affairs) to the
cost of performing these services by the private sector. The PW
Department provides a variety of facility, motor vehicle, and all air
field maintenance. The Facilities Maintenance Division performs
maintenance, repair and alteration of facilities including buildings,
structures, grounds, and utility distribution systems as well as snow
removal, grass cutting, and related grounds maintenance services. The
following services are provided: high/low voltage electric, potable and
non-potable water, sanitary sewer, storm drains, heating
steam/condensate, compressed air, natural gas, propane, heating fuel
oil, refrigeration/air conditioning systems and fire alarms. Excavation
and backfill for all utility services are included. The Motor Vehicle
(Operation and Maintenance) (MVO&M) is responsible for automotive/heavy
equipment operations and maintenance at the Station. MVO&M maintains
and operates a fleet of automobiles, light trucks and heavy equipment
including tractors, trailers, roadway/runway sweepers, portable air
compressors, front end loaders, backhoes, road graders, snow blowers
and other snow removal equipment, crash crew and fire trucks, cranes
and miscellaneous equipment. The function includes on base/off base
delivery service of equipment and supplies, as well as on station
delivery of supplies and materials. The MWR Department provides a
variety of Quality of Life and fleet readiness services. They are
categorized as Child Development Services (CDS), Bowling Center,
Sports/Fitness Center, Swimming Pools operation and maintenance,
Autocraft Center, Business Office, Information Tickets and Tours (ITT),
Marketing and Publicity, Youth Activities and Recreation Center. The
FSC provides human services to station personnel. FSC includes the
Transition Assistance Management Program (TAMP), the Family Advocacy
Program and clinical services, which is currently contracted out. The
Family Advocacy Representative (FAR) and Specialist (FAS) are
responsible for monitoring domestic violence among military families
within their mission. They also provide education, training, counseling
and crisis intervention in support of this program. The MIS function
provides microcomputer support to station departments and tenants.
Performs the steps to establish and continue operation of an integrated
system (Supply, financial, 3-M, training and local programs) Assists
users to define, analyze and solve computer problems. The Public
Affairs function provides public relations to the Base and local
community. Local community relations include interactions on issues
concerning personnel matters and official command activities. The
Department of Navy intends to issue an RFP for this project. The scope
of work includes all labor materials, transporation, equipment, tools,
except as specified as Government-furnished, supervision and management
efforts necessary to determine and perform miscellaneous maintenance,
repair and minor construction work at pre-determined unit prices to
include wages, management, supervision, mobilization, material and
equipment costs. The work involves providing the Naval Air Station with
facility and utility infrastructure maintenance, operations and repair.
The scope of the work includes, but is not limited to all labor,
supervision, administration, staffing and materials required to operate
and maintain all facilities, structures and utility system. There will
be Indefinite Quantity line items for ordering of work over and above
the Firm-Fixed Price portion of the contract. Wages to be utilized in
preparing proposals include Davis-Bacon and/or Service Contract Act.
The award shall be based on best value to the Government, cost and
other factors considered. Performance period is for 12 months with four
(4) 12 month options to be exercised by the Government if found to be
in its best interest. FAC Clause 5252.217-9301 "Option to Extend the
Term of the Contract Services" and FAR Clause 52-217-8 "Option to
Extend Services" are included in this acquisition. The contract
includes the clause titled "Evaluation of Options" (FAR 52.217-5)
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 determination of
the best value contractor proposal will be made based on Source
Selection procedures that provide the evaluation of qualified offerors.
Source selection criteria will be published in the CBD prior to
issuance of the RFP. The cost comparsion study will be conducted in
accordance with OMB Circular A-76 dated 4 August 1983 (Revised) and the
A-76 Supplement Handbook dated 27 March 1996 (Revised). The contract
will be awarded to the best value contractor 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. The SIC is 8744 and the Small
Business Size Standard of $20 million are applicable to this contract.
The proposed contract is being considered for a set-aside for Small
Business concerns. Interested Small Business concerns should, as early
as possible, but no later than 15 calendar days after this notice,
indicate interest in the acquisition by providing to the contracting
officer evidence of your firms capability to perform. Evidence of
capability shall include, at a minimum, a positive statement of
eligibility as a Small Business concern and three (3) references of
current or recently completed contracts which demonstrates your's
firm's ability to manage multiple functions as described in the
services above. The estimated cost range (including all options) is
greater than $10 million. You may send your response by fasimile to Mr.
Anthony Teti at (610) 595-0644 or mail to Northern Division, Attn
Anthony Teti, Code 02B/AT, Naval Facilities Engineering Command, 10
Industrial Highway, MS 82, Lester, PA 19113-2090. If adequate interest
is not received from Small Business concerns, the solicitation will be
issued as Unrestricted. Future CBD notices will explain fee
requirements for bidding documents and restrictions, if any, on which
vendors can submit proposals. For questions concerning the subject
notice, please fax to Mr. Anthony Teti at (610) 595-0644. Posted
11/17/98 (I-SN272042). (0321) Loren Data Corp. http://www.ld.com (SYN# 0139 19981119\Z-0010.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|