Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 16,1998 PSA#2243

Directorate of Contracting, Attn: ATZS-DKO, P.O. Box 12748, Fort Huachuca, Arizona 85670-2748

Z -- BASE OPERATIONS AND MAINTENANCE SOL DABT63-99-R-0003 DUE 011599 POC Lynn E. Sleeth, (520) 533-2815 Sources Sought to staff and operate the Multifunctional Services of Base Operations and Maintenance Services for post and housing facilities at Fort Huachuca, Arizona. Services required include WORK SCHEDULING AND MANAGEMENT: Manage and operate a work control center for service orders, preventive maintenance, nonrecurring work orders, and standing operations orders. ROADS: Manage all work pertaining to maintenance, repair, minor construction and improvement of roads, sidewalks, parking areas, airfield, fencing, concrete/masonry and associated real property. GROUNDS: Limited maintenance, all repair, and restoration of landscaped and unlandscaped grounds. PEST CONTROL: Pest, rodent and weed control. WOODWORKING: Repair, replacement, installation, layout and removal of carpentry items such as framing, finish work, ceramic tile, floor and wall coverings, ceilings, roofing, cabinets, and hardware on buildings, structures, and facilities. MEDDAC MAINTENANCE: Consists of a separate, dedicated maintenance teamto maintain, operate, repair, install, inspect, remove, and modify equipment and systems at the hospital and other associated MEDDAC facilities. FORESTRY: Manage all work relating to conservation of natural resources, utilizing standard/recognized natural resource management practices. SUPPLY AND STORAGE: Catalog, submit orders to government buyers, receive and manage all supplies, materials, tools and equipment for performance of all functions, including maintenance of all funds and accountability records. UTILITIES: Operate, maintain and repair utility plants and systems; sewage collection, treatment and disposal systems; related mechanical systems; air conditioning, cooling and heating systems (furnaces, boilers); underground irrigation systems; portable chemical latrines; natural gas systems; plumbing systems, fixtures and components; liquid fuel/POL systems; steam distribution and fire protection/alarm systems, interior and exterior electrical distribution and lighting systems, including high voltage and emergency electrical generating equipment. ENVIRONMENTAL: Manage contractor hazardous material, asbestos and ozone depleting substance operations. FAMILY HOUSING MAINTENANCE: Repair, replace, maintain, and install all interior and exterior components of family housing quarters and associated real property. OTHER: Sheet metal work; limited interior and exterior painting; glass work; automatic doors; swimming pools and components thereof; some airfield systems, operate a self-help store, operate a building services office for complete servicing (other than janitorial). Skills involved will be under both Service Contract Act and Davis-Bacon Act wage determinations. SECURITY CLEARANCE: SECRET security clearances will be required for a few personnel required to participate in mobilization or contingency meetings; national agency checks will be required for personnel working on certain alarm systems. Selected items of existing and available government owned equipment will be offered. The government will maintain,repair, replace and furnish fuel and lubricants. The government provides some tools and equipment, in an "as is condition." A contractor will have to replace those government provided tools and equipment as they become unusable (estimated at $100,000 to $250,000 for the duration of the contract). The government on an as needed basis will provide basic commercial equipment, such as heavy engineer-type equipment. The contract will be a fixed price based on fixed unit prices for the various work elements, with a cost-reimbursable line item for supplies and materials. The SIC code is 8744, Base Maintenance. The contract will be a base period with four option years. The estimated magnitude of this requirement is approximately $5-10 million per annum. Interested sources should provide a capability statement to the address below. This statement should include the following: 1) name and address of firm; 2) size of business, including annual gross revenue of the concern for the last three fiscal years and average number of employees for each of the last three fiscal years; 3) ownership and control, i.e. large/small/small disadvantaged/8a/woman owned; 4) year firm established; 5) name of two principals to contact, including title and telephone/fax number; 6) previous experience-include on-going contracts or contracts completed within the last five years under SIC code 8744, Base Maintenance; a) name of contracting activity or company; b) contract number; c) contract type, i.e. firm-fixed price, cost plus, indefinite quantity, combination, etc.; d) period of performance; e) total contract value including actual costs for past contracts; f) summary description of contract work performed; g) contracting officer's name and telephone/fax number; h) contracting officer's technical representative or primary point of contact, name and telephone number; i) list of major subcontractors including name, address and telephone/fax number of primary point of contact; 7) this statement shall discuss your relevant experience in all areas listed above; 8) provide proof of financial capability that shows your company has the resources to independently support cash flow for a contract of this magnitude for a period of 60 -- 90 days after costs are incurred; 9) if Small Business, extent of reliance on large businesses or other small businesses to enhance financial and managerial capability; 10) discuss management structure, capabilities and effectiveness that shows you have the knowledge, skill, ability and experience to accomplish the requirements of a contract of this magnitude; 11) discuss your knowledge, understanding and compliance with Federal regulations and policies;. Please limit your response to no more than 30 pages total. The type should be no smaller than 12-pt pica. A page is defined as one single-side. Your capability statement is requested by 15 January 1999 to U. S. Army Intelligence Center and Fort Huachuca, ATTN: ATZS-DKO-H (Ms. Lynn Sleeth), Post Office Box 12748, Fort Huachuca, AZ 85670-2748. All information submitted is at offeror's own expense. Your response will be evaluated against our requirement. Respondents will not be notified of the results of this market survey. Facsimiles will not be accepted. All responses must be in writing. All responsible sources may submit a capability statement that will be considered by the Agency. Posted 12/14/98 (W-SN280178). (0348)

Loren Data Corp. http://www.ld.com (SYN# 0132 19981216\Z-0022.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page