COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 12, 2001 PSA #2996
SOLICITATIONS
R -- PUBLIC WORKS AND FACILITIES MANAGEMENT ENGINEERING SUPPORT SERVICES
- Notice Date
- December 10, 2001
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
- ZIP Code
- 19113
- Solicitation Number
- N62472-01-R-0817
- Response Due
- December 21, 2001
- Point of Contact
- Marylou Morgan, Contract Specialist, Phone (610)595-0831, Fax (610)595-0671, Email morganml@efane.navfac.navy.mil -- Jerry Chapman, Small Business, Phone (610)595-0629, Fax (610)595-0644, Email chapmanjx@efane.navfac.navy.mil
- Description
- This is a Source Sought Notice involving comparison of the cost of performing commercial activities by a government organization (Engineering and Facilities management Engineering Divisions, Public Works Department) to the cost of performing these services by the private sector. The Engineering and Facilities Management Engineering Divisions provide:=20 Planning and determination of the scope for Military Construction and facilities (buildings, structures, roads, and utilities) major repair Special Projects, and Architect/Engineering (A/E) contracts for studies, construction designs and services. Provides technical administration of A/E contracts and in-house design effort that requires A/E services. Engineering support and consultation to determine scope of facilities repairs and improvements for both in-house and contract work. Engineering support for utilities central plant and distribution systems and coordination of planned utility outages. Provides technical assistance for contract administration. Prepares planning documents, plans and specifications, budgets, estimates, data calls, and reports. Accomplishes facility planning including installation master planning, development and maintenance of GIS systems, and review of space allocation and utilization. This task also include processing/controlling site approvals for all work and compliance with explosive quantity safety distance requirements for ordinance handling and storage. Engineering support for weight handling equipment (WHE), including elevators and cranes. Facilities inventory tracking, including facility utilization, acquisition and replacement costs, age, and time/cost of improvements. Maintenance of facilities record and utilities system drawings in hard copy, microfiche and CAD, and control issue of dig permits. Develops and manages the Energy Conservation Program, and provides facilities engineering support for Explosives Safety and Hazard Abatement programs.=20 Planning, estimating, and inspection of facilities maintenance, repairs, minor construction, and services that does not require architect or engineering services, for execution by in-house shops, Naval Construction Forces, contractors, and military self-help forces. Development, oversight, and management of preventive maintenance (PM) programs, and contract development, estimates, and technical support for maintenance service and maintenance construction contracts for the Naval Submarine Base and Navy and Marine Corps Reserve Centers in Connecticut and portions of New York. Examples of such contracts include, but are not limited to, family housing operations and maintenance, custodial services, refuse and recycling, HVAC maintenance, elevator maintenance, fire protection system maintenance, pest control, generator maintenance, and boiler maintenance.=20 The Department of the Navy intends to issue an RFP for this project. If awarded this contract, the contractor and affiliates would be prohibited from bidding on separate A/E design contracts to be developed and support by the contractor. The scope of work includes all labor, material, transportation, equipment, tools, except as specified as government furnished, supervision and management efforts necessary to determine and perform the Engineering and Facilities management Engineering Divisions functions. The function involves providing the Naval Submarine Base New London with Architect/Engineering, Engineering Technician and Specification Writer services. The award shall be based on best value to the Government, cost and other factors considered. Performance period is for 12 months with four (4) 12 month options to be exercised by the Government, if found to be in its best interest. The following clauses are included in this acquisition; FAR 52.207-2 "Notice of Cost Comparison", FAR 52.207-3 "Right of First Refusal of Employment", FAC Clause 5252.217-9301 "Option to Extend the Term of the Contract Services"and FAR Clause 52.217-8 "Option to Extend Services"are included in this acquisition. The contract includes the clauses FAR 52.217-"Evaluation of Options" except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interest. Evaluation of options will not obligate the Government to exercise the option(s). The determination of the best value contractor proposal will be made based on Source Selection procedures that provide for evaluation of qualified offerors. Source selection criteria will be published in the CBD prior to issuance of the RFP. The cost comparison study will be conducted in accordance with OMB Circular A-76, dated 4 August 1983 (Revised) and the A-76 Supplement Handbook, dated March 1996 (Revised). The contract will be awarded to the best value contractor, if the contractor's cost proposal is lower than the Government's proposal, taking into consideration the minimum cost differential requirements. The minimum differential is the lesser of 10 percent of the personnel costs in the Government In House Cost Estimate (IHCE) or $10 million over the performance period. The purpose of the minimum cost differential is to avoid the disruption of converting performance of the commercial activity based on a minimal cost savings. The North American Industry Classification System (NAICS) for this acquisition is 541330. The related Small Business Size Standard is $4 million. The proposed contract is being considered for a set-aside for Small Business concerns. Interested Small Business concerns should, as early as possible, but no later than 11 calendar days after this notice, indicate interest in the acquisition by providing to the contracting officer evidence of your firms capability to perform. Evidence of capability shall include, at a minimum, a positive statement of eligibility as a Small business concern and three (3) references of current or recently completed contracts which demonstrates your firm's ability to manage multiple functions as described in the services above. You may send your response by facsimile to Marylou Morgan at (610) 595-0535 or mail to Engineering Field Activity, Attn: Marylou Morgan, Code 09TC, 10 Industrial Highway, Mail Stop 82, Lester, PA 19113-2090. If adequate interest is not received from Small Business concerns, the solicitation will be issued as Unrestricted. Future CBD notices will be available via Webb Address: http://esol.navfac.navy.mil. Providing the bidding documents and restrictions, if any, on which bidders can submit proposals. The estimated issue date is 08 January 2002. All contractors submitting bids must be registered in the Central Contractor Registration at www.ccr2000.com. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation.=20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVFAC/N62472/N62472-01-R-0817/listing.h tml)
- Record
- Loren Data Corp. 20011212/RSOL003.HTM (D-344 SN5147S1)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on December 10, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|