|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1999 PSA#2364United States Air Force, Air Force Space Command, 21CONS (Bldg 365),
Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE
101, Peterson AFB, CO, 80914-1385 R -- OMB CIRCULAR A-76 STUDY OF CIVIL ENGINEERING AT CHEYENNE MOUNTAIN
AIR STATION (CMAS) CO SOL F05604-99-R-9005 DUE 072799 POC Joe
Langenderfer, Chief, IT Section, Phone (719) 556-4895, Fax (719)
556-9361, Email Joe.Langenderfer@spacecom.af.mil -- Ardith Schade,
Contracting Officer, Phone (719) 556-4208, Fax (719) 556-9361, Email
WEB: Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=F05604-99-R-9
005&LocID=532. E-MAIL: Joe Langenderfer,
Joe.Langenderfer@spacecom.af.mil. Amended Sources Sought -- Sources are
currently being sought for the Cheyenne Mountain Air Station (CMAS)
civil engineering competitive OMB Circular A-76 study now in progress.
The Government intends to perform this study for the purpose of
converting functions, now being performed by military and civilian Air
Force personnel assigned to the 721st Civil Engineering Squadron
(CES), to either a Most-Efficient Organization (MEO) operation or a
contractor-operated activity based upon competitive proposals. The
purpose of this synopsis is as follows: (1) To advise industry of
further information regarding the progress of this requirement since
the first announcement and seek private industry input regarding
certain key elements of the proposed acquisition; and (2) Provide
information regarding the draft Request for Proposal (RFP), Statement
of Work (SOW), and site visit. There are approximately 138 Government
positions considered susceptible for conversion under this effort. The
Air Force intends to convert the following services, (provided 24
hours per day, 7 days per week), as a part of this requirement: all
customer support services, infrastructure maintenance, facility
maintenance, physical plant operations, Power Conditioning and
Continuation Interfacing Equipment (PCCIE), Real Property Installed
Equipment (RPIE), environmental protection services,
Heating/Ventilation/Air Conditioning (HVAC) operation and maintenance,
and domestic and industrial water supply operations. This effort also
includes real property management, tunnel and/or mining-type
maintenance requirements, Government Furnished Property and Equipment
(GFP/GFE) management, and financial management. This list is neither
all-inclusive nor final. This proposed acquisition may be competed as
a _Small Business Set-Aside_ based upon the level of responses from
small business concerns and their capabilities briefings. The
Contracting Officer may elect, (at their discretion), to open this
acquisition to _Full and Open (Unrestricted)_ competition, IAW FAR Part
15, if technical capability briefings submitted by small business
concerns in response to this synopsis are considered materially
inadequate for the successful completion of the proposed requirement.
Other than small business concerns are invited to submit information in
response to this synopsis, provided that all parties understand this
acquisition may ultimately be established as a _set-aside_ requirement.
Other than small business concerns are not encouraged to provide
capability briefings. The Government contemplates a Fixed-Price
Incentive Fee with Award Fee (FPIF/AF) type contract for the basic
performance CLIN. Cost reimbursement (no fee) CLINs is expected to be
used for travel and contractor-provided logistical supplies and
support. In addition, there may be a _Surge_ CLIN that will be
separately funded and exercised for in-scope requirements exceeding
original projections. This CLIN would possibly be handled as a Cost
Plus Award Fee (CPAF) item. However, before a final determination is
made regarding contract type, we need your input. Specifically, we
would like your analysis of the feasibility of our proposed type of
contract arrangement based upon the adequacy of the Statement of Work,
as well as, the other information in the Bidder_s Library.
Notwithstanding the contract type, start is anticipated for 1 April
2001, preceded by a phase-in period of 15 to 120 days in duration,
depending upon employee trade specialty. Performance periods are
expected to be in 1 year increments, to include a basic contract year
plus four option periods. The Standard Industrial Classification (SIC)
code for this requirement is 8744, Base Maintenance; size standard is
$20M. The Government anticipates electronic release of a draft SOW and
RFP for industry review and comment on, or about, 15 June 1999.
Respondents requesting to be added to the list of potential sources
must identify their business status (i.e. HUBZone small business, Small
Disadvantaged Business (SDB), woman-owned, Native American
(tribally-owned or Alaskan native, large, or small business), the
corporate point of contact, voice and fax phone numbers, as well as
e-mail and normal mailing addresses. Those companies who have already
submitted this information do not have to submit it again. However, we
would appreciate it if all respondents would reply on whether our
existing specifications allow for a FPIF/AF contract vehicle to be
viable for this requirement. If not, please provide specific
rationalization of why it would not be, and your recommendation of a
more appropriate contract type. Be advised that, the RFP and its
related documents, will be posted on the Federal Government Electronic
Posting System (EPS) at http://www.eps.gov. The Bidder_s Library is
located at Peterson AFB, CO. It is recommended that companies register
for updates to this requirement through EPS. NO HARDCOPY/PAPER
SOLICITATION DOCUMENTATION WILL BE PROVIDED TO ANY PROSPECTIVE
CONTRACTOR, REGARDLESS OF BUSINESS STATUS. The final synopsis is
tentatively scheduled for release in mid-September 1999. We anticipate
that the final RFP/SOW will be issued by late October 1999. Each small
business prospective offeror should schedule a Capabilities Briefing
and One-on-One Discussions, conducted during the period 19 through 22
July 1999, with Joe Langenderfer at (719) 556-4895 or e-mail address
Joe.Langenderfer@spacecom.af.mil. The contractor_s briefing, (not to
exceed 45 minutes), should discuss your firm_s financial stability and
resources; any previous experience with a project of this magnitude
and types of trades included within CMAS Civil Engineering requirement.
The briefing should also reference your company_s plan for
sub-contracting and any proposed teaming arrangements. The specific
questions to be addressed by prospective contractors during the
One-on-One Discussions with the Government will be included in the
RFP/SOW package available on EPS. The site visit is scheduled for 30
June 1999. There will be only this one opportunity to visit and tour
Cheyenne Mountain Air Station. No contractor will be allowed access to
the station at any time other than during this organized event. Many
conditions found within CMAS are unique and uncommon to the commercial
market and local environment. Prospective offerors and subcontractors
are highly encouraged take advantage of this event in order to
accurately gauge the magnitude, complexity and range of requirements.
Due to the highly sensitive nature of CMAS, individuals must meet
mandatory and detailed security requirements for all those requesting
attendance. Site visit security requirements must be submitted, in
writing, to the Contracting Officer no later than 2:00 P.M. MDT, 22
June 1999. Requests may be submitted by mail, e-mail, or fax. Potential
site visit participants are advised that you must bring your own hard
hat. Also, the elevation at Cheyenne Mountain exceeds 7,000 feet, and
examination of various locations during the site visit will entail
climbing ladders, being in confined spaces, and entry into areas of
extreme temperature conditions. Escort requirements do not permit
prospective contractors to leave the group or choose not to participate
for the entire tour once started. Additional instructions are available
in Section L of the draft RFP. Any costs incurred by a prospective
contractor in conjunction with this site visit are not reimbursable by
the Government. Posted 06/08/99 (D-SN340387). (0159) Loren Data Corp. http://www.ld.com (SYN# 0071 19990610\R-0007.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|