Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2003 FBO #0474
SOURCES SOUGHT

S -- Maintenance of Office Buildings

Notice Date
3/17/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Procurement Operations, Western Area (A:P:F:W), 333 Market Street, Suite 1400, San Francisco, CA, 94105-2115
 
ZIP Code
94105-2115
 
Solicitation Number
TIRWR-03-RFI-BDM
 
Archive Date
5/2/2003
 
Point of Contact
Rose Acierto, Contract Specialist, Phone 415-848-4731, Fax 415-848-4711,
 
E-Mail Address
rose.acierto@irs.gov
 
Description
Request for both sources sought and comments on DRAFT Performance Work Statement (PWS), Building Operations and Maintenance, for the A-76 Competitive Sourcing Study for the daily building operations and maintenance of six (6) IRS sites ? the Headquarters building in downtown Washington DC, and five campuses in Austin, TX; Covington, KY; Fresno, CA; Ogden , UT; and Philadelphia, PA. OBJECTIVE: The Internal Revenue Service has two objectives for submitting this notice. The first objective is to obtain industry comments on the DRAFT Performance Work Statement (PWS) for an A-76 Competitive Sourcing Study for the daily building operations and maintenance of the six locations identified in the description. The Government is currently performing this work. The Government will consider all information received when preparing a final PWS; however, any and all changes are at the sole discretion of the Government. In addition to comments to the draft PWS, please address the following: 1. Proposal preparation period. Length of time you believe you will need to prepare a proposal to adequately address all requirements; 2. Contract term (length). Typically, a service contract has a one-year base period and 4 one-year option periods. Provide the advantages and disadvantages for having more than 4 one-year option periods; 3. Appropriate performance incentives. Provide possible performance incentives and the advantages and disadvantages of each suggested incentive. NOTE: Incentives included in the best value private-to-private competition must also be incorporated into the Government?s Most Efficient Organization (MEO?s) proposal in order to compare like proposals for a cost comparison and final selection; and, 4. Any additional information you need from the IRS that would assist you in pursuing this effort as a business opportunity. Any information provided is voluntary. As such, the Government will not cover any costs for any information or inquiry submitted as a result of this request. Should the Government have questions regarding individual responses, the responder will be contacted for further information. Please include the name of a point of contact, e-mail address and telephone number of this person. This is DRAFT PWS and should not be construed as a commitment by the Government to issue a FORMAL RFP, RFQ or contract. The DRAFT PWS is available at the following IRS internet site o/a 8:30 a.m. EST on March 18, 2003: http://www.procurement.irs.treas.gov (under Business Opportunities). All comments regarding the PWS and associated documents should be e-mailed to AWSS.RFI.BDM@irs.gov. Only electronic comments will be accepted. The second objective is to obtain capability statements, based upon the requirements outlined in the DRAFT PWS, of all (large and small) businesses interested in this opportunity. Responses will assist the Government in determining whether to set-aside/restrict competition in some way or solicit offers from all responsible sources. The acquisition under this A-76 study will be conducted under North American Industry Classification System (NAICS) 561210, Facilities Support Services which establishes a small business size standard of $6.0M. All interested businesses are hereby invited to submit a capability statement of no more than ten pages to demonstrate their ability to provide the services outlined in the DRAFT PWS. Capability statements should be tailored to this request and identify the source?s capabilities to provide the required services at all six (6) IRS sites, including information on key staff experience and a description of corporate experience with similar projects of like size; complexity; and geographic coverage. In order for the IRS to assess set-aside possibilities, interested parties shall also include a cover letter that includes company name, points of contract, telephone numbers, fax numbers, e-mail addresses for points of contact, and identifies the company as one or more of the following based on the business size standard above: (1) small business; (2) 8(a) business; (3) HUBZone small business; (4) small disadvantaged business; (5) woman-owned small business; (6) veteran-owned small business; (7) service-disabled veteran-owned small business, or (8) large business. The IRS is contemplating the use of an "all or none" strategy in the award of this requirement. Comments are encouraged and requested from all business types, but especially from small business concerns, as to the impact of an "all or none" strategy would have on (1) a small business' ability to bid as a prime contractor on this requirement, (2) a small business' ability to manage six disparate sites under one contract, (3) a small business' ability to comply with the Limitations on Subcontracting clause requirement, FAR 52.219-14 in the management of one contract, (4) a small business' interest in submitting a proposal under an "all or none" strategy versus a "multiple award" strategy of awarding two or more "stand alone" contracts, covering one or more work sites. Please note: A SOLICITATION DOES NOT EXIST AT THIS TIME. All comments and capability statements should be provided via e-mail no later than April 17, 2003 at 4:00 p.m. PT. Only electronic responses sent to the following e-mail address will be accepted. E-mail address is AWSS.RFI.BDM@irs.gov. E-mail responses requiring more than 5megabytes of memory must be sent as separate files.
 
Record
SN00281252-W 20030319/030317213800 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.