|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 1,1999 PSA#2466Department of the Navy, Atlantic Division, Naval Facilities Engineering
Command, Attention: 0214D, 1510 Gilbert Street, Norfolk, Virginia
23511-2699 M -- OPERATION, MAINTENANCE AND REPAIR OF TRANSPORTATION EQUIPMENT AT
THE NAVY PUBLIC WORKS CENTER, NORFOLK, VIRGINIA AND OTHER ACTIVITIES
SOL N62470-98-R-4522 DUE 010400 POC Contracting Officer, Patty Divito
(757-322-4138) E-MAIL: click here to contact Contracting Officer, Patty
Divito, divitopj@efdlant.navfac.navy.mil. This requirement was
previously transmitted to the CBD on 24 March 1999 and 4 June 1999.
This information is provided again to advise potential offerors of the
updated site visit/preproposal conference provided herein. The
Standard Industrial Code for this requirement is 7538 and the average
annual receipts for the last three years is $5,000,000. The Atlantic
Division, Naval Facilities Engineering Command, Norfolk, Virginia
intends to acquire Services for the Operation, Maintenance and Repair
of Alpha categories "A" through "Z" Transportation Equipment and Other
Miscellaneous Items for the Transportation Department, Navy Public
Works Center, Norfolk, Virginia and Other Activities. This procurement
is the result of a Commercial Activities (OMB circular A-76) Study.
Sources would be required to provide the managerial, administrative,
supervisory, direct, and overhead personnel as necessary to accomplish
all of the operation, maintenance and repair functions included in
this contract. The scope of the contract includes operation,
maintenance and repair, leasing and rental, and the operator training
and licensing of Civil Engineering Support Equipment (CESE), Material
Handling Equipment (MHE), Weight Handling Equipment (WHE), and
miscellaneous equipment. The Contractor shall provide personnel,
equipment, repair parts, materials, oil/lubricants, supplies, and
tools, except as specified herein as Government furnished, to perform
the full function of transportation operation, maintenance, and repair
support to the activity, including equipment lease/rental and operator
licensing and certification, as required. Performance shall be in
accordance with the standards contained herein, including all
referenced publications and instructions. The PWC has operational sites
at the following locations: Naval Base Norfolk, Norfolk, Virginia;
Naval Air Station Norfolk, Norfolk, Virginia; Norfolk Naval Shipyard,
Portsmouth, Virginia; Naval Air Station Oceana, Virginia Beach,
Virginia; Fleet Combat Training Center Atlantic DamNeck, Virginia
Beach, Virginia; Naval Amphibious Base Little Creek, Virginia Beach,
Virginia; Naval Auxiliary Landing Field Fentress, Chesapeake, Virginia;
Naval Weapons Station Yorktown, Yorktown, Virginia; Fleet and
Industrial Supply Center Cheatham Annex, York County, Virginia. The PWC
Transportation Department also maintains equipment located at the
following sites: Naval Regional Medical Center, Portsmouth, Virginia;
Fort Story, Virginia Beach, Virginia; Naval Security Group Northwest,
Chesapeake, Virginia; Dare County Bombing Range, Dare County, North
Carolina; and the Port Control Office, Moorehead City, North Carolina;
Vehicles and equipment located at the Naval Security Group Northwest,
Chesapeake, Virginia, the Dare County Bombing Range, Dare County,
North Carolina, and Port Control Office, Moorehead City, North Carolina
shall be maintained and repaired on site. On occasion, vehicles in the
fleet inventory travel to other sites in the country. The Contractor
shall be responsible for conducting repairs or having repairs
accomplished regardless of where a vehicle resides. This is a proposed
combination firm fixed price/indefinite quantity type contract for a
base period of one year with four one year options to extend, total
duration not to exceed sixty (60) months. The proposed solicitation is
unrestricted. Specifications will be available on or about 5 November
1999 on a first come, first serve basis. This solicitation will be
available in electronic format only. All documents will be in the Adobe
Acrobat PDF file format on CD Rom. The free Acrobat Reader required to
view the PDF files is provided on the CD or can be downloaded from the
Adobe website. A charge of $12.50 will be made for each CD. The
solicitation will be made available upon receipt of a written request
and a non-refundable check or money order paid to the order of the U.
S. Treasury. Written requests shall be sent to: Defense Automated
Printing Service, 1641 Morris Street, Building KBB, Norfolk, VA
23451-2898. Please state area code, telephone number, street address
and nine-digit zip code. Any inquiries regarding availability of
specifications call Defense Automated Printing Services (DAPS) (757)
444-5968; website for bidder's list is
http://www.norfolk.sebt.daps.mil/; technical inquiries may be addressed
to Patty DiVito (phone: (757) 322-4138 or fax: (757) 322-4142/4145). A
preproposal conference/site visit is scheduled to commence 18 November
1999 and continue through 21 November 1999. The pre-proposal conference
will be held at the Public Works Center, Building Z-140, 2nd Floor,
Room 2030, Naval Station, Norfolk, VA at 1:00 P.M. The site visit will
begin following the conference. Transportation will be provided from
Building Z-140. An agenda will be provided at the conference. Technical
and Administrative personnel will be available during the pre-proposal
conference to discuss the requirements and answer questions that have
previously been submitted in writing. Written questions must be mailed
to the Commander, Atlantic Division, NavalFacilities Engineering
Command, Norfolk, Virginia 23511-2699, Attention: Patty DiVito, Code
02126 or submitted via facsimile at (757) 322-4142/4145 or via E-mail
at divitopj@efdlant.navfac.navy.mil. no later than 10 November 1999. To
confirm the date and make reservations for the conference, please
contact Patty DiVito at (757) 322-4138 or facsimile (757)
322-4142/4145. A limit of two (2) representatives per prospective
offeror will be accepted to attend. Name, Social Security Number, Date
of Birth, Place of Birth and Citizenship of each representative shall
be provided in advance. The proposed acquisition is subject to
Government in-house cost comparison to determine the economic
feasibility of accomplishing services in-house or by contract in
accordance with OMB circular A-76. All responsible sources may submit
an offer which will be considered. In accordance with the provisions of
DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, offerors
must be registered in the Central Contractor Registration (CCR)
database. Lack of registration in the CCR database on the part of an
offeror will make an offeror ineligible for award. Offerors and
contractors may obtain information on registration and annual
confirmation requirements by calling 1-888-227-2423 or via the Internet
at http://ccr.edi.disa.mil. EMAILADD: divitopj@efdlant.navfac.navy.mil
EMAIL DESC: divitopj Posted 10/28/99 (W-SN396193). (0301) Loren Data Corp. http://www.ld.com (SYN# 0053 19991101\M-0004.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|