|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,2000 PSA#2533HQ AFRES/LGC, 155 2nd Street, Robins AFB, GA 31098-1635 M -- OMB CIRCULAR A-76 COST COMPARISON STUDY TO MANAGE AND OPERATE
COMMUNICATIONS AND INFORMATION (C&I); BASE OPERATING SERVICES AT ELEVEN
(11) AIR FORCE RESERVE COMMAND (AFRC) HOST LOCATIONS SOL
F09634-00-R0002 DUE 060900 POC Bob Driggers, Contract Specialist, Phone
912-327-0591, Fax 912-327-0815, Email bob.driggers@afrc.af.mil -- Ron
Dean, Chief Commercial Activities Branch, Phone 912-327-1614, Email
ron.dean@afrc.af.mil OMB Circular A-76 Cost Comparison Study for the
management and operation of Communications and Information (C&I)
Services at eleven (11) ACFRC host locations. The locations included in
this study are Carswell ARS, Fort Worth, TX; General Mitchell IAP-ARS,
Milwaukee, WI; Greater Pittsburgh ARS, Pittsburgh, PA; Grissom ARB,
Peru, IN; Homestead ARS, FL: March ARB, CA; Minneapolis-St Paul IAP
ARS, MN; New Orleans ARS, LA; Westover ARB, MA; Willow Grove ARS, PA:
and Youngstown ARS, OH. This contract will be subject to the Service
Contract Act. Place of performance is each of the locations listed
above. Only one contract will be awarded. Solicitation will be issued
on an ALL OR NONE basis. The requirements for each location will
include the following services: Telecommunications management,
operations and maintenance, (e.g., switch operation and maintenance,
cable plant management services); network management, administration,
operation and maintenance (i.e., systems administration and network
implementations); base-wide C&I plans, programs, and budget management;
information management support (i.e., administrative communications,
records management, publications and forms management, and visual
information management); C&I support for AFRC exercises, contingency
operations, emergency, and special event support. At the eleven (11)
locations the total network supports approximately 12,000 nodes with 50
servers and 20,000 active accounts. Seven locations operate and
maintain telephone switches. Telephone service is provided to both the
AFRC unit and tenant units. Contractor should be experienced in the
operation and maintenance of a minimum of a thousand plus circuit
telephone switch. AFRC operates both Northern Telecommunications and
Lucent Technology switch equipment. The switches must be maintained by
personnel who possess original manufacturer certifications. Key areas:
(1) Computer system and network services; (2) Telephone and telephone
switch services; (3) Communication center services; (4) Information
management services; and (5) Operation of a help desk to process,
track, report and resolve trouble calls for all C&I services provided.
The following minimum experience requirements apply to this
acquisition: The prime contractor, lead contractor in a teaming
arrangement, or the principal representative of a joint venture (as an
entity) shall possess a minimum of one (1) year of experience
(excluding orientation period) as the prime contractor, lead contractor
in a teaming arrangement, or the principal representative of a joint
venture (as an entity), within the past three years, of: (a) one
multi-location C&I contract (or commercial equivalent) of similar scope
and magnitude as this requirement that includes operational support of
the key areas described above and specifically includes the management
and operation of multiple geographically separated Metropolitan Area
Networks (MANs); or (b) multiple C&I contracts (or commercial
equivalents which are (or were) managed simultaneously that include
operational support of the key areas described above and specifically
involve the management and operation of multiple geographically
separated MANs. The cumulative total of these C&I contracts must be of
similar scope and magnitude and address all key areas of this
requirement. Evaluation will utilize Technically Acceptable
Performance/Price Tradeoff (TA-PPT) procedures. Of those proposals
which are deemed technically acceptable, the government will make a
best value selection based on trade-offs between the total evaluated
cost to the government and performance risk associated with each
technically-acceptable proposal (based on the government's assessment
of the offeror's present and past performance record). In accordance
with OMB Circular A-76, the proposal deemed to represent the best value
to the government will be compared to the government's proposal to
perform said services. NOTE: The solicitation will not result in a
contract if the Government performance is determined to be more
advantageous. A draft solicitation will be issued approximately 15 Feb
00. Projected date for issuance of the formal solicitation is 17 Apr
00. Contract will consist of an orientation period of approximately 122
days, a basic contract period of 12 months, four priced annual options,
and a 1 to 6 month short option, which may be exercised after any
contract period. Award is anticipated in FY01. Based on results of the
sources sought synopsis posted 4 Nov 99, it is anticipated that this
solicitation will be set aside for small business participation only.
The Standard Industrial Classification (SIC) Code is 7376, Computer
Facilities Management Services, with a size standard of $18M average
annual receipts over the past three years. The solicitation will
require submission of four volumes: Volume 1, Performance; Volume 2,
Financial Plan; Volume 3, Technical Approach; and Volume 4, Cost/Price.
The draft and formal solicitation will be available via the Electronic
Posting System (EPS). Amendments, Pre-proposal Conference Minutes,
Questions and Answers, etc will also be issued via the EPS. A
pre-proposal conference will be conducted approximately 9 May 00 at a
representative site to be determined. The date is subject to change.
Consult provision L-9 upon receipt of the formal solicitation. Posted
02/07/00 (W-SN422467). (0038) Loren Data Corp. http://www.ld.com (SYN# 0059 20000209\M-0001.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|