Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 1,1999 PSA#2466

Department 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