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