Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19,1998 PSA#2225

Northern 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