Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
SOURCES SOUGHT

99 -- Transportation Operations for the Navy Public Works Center, Pearl Harbor, at various locations, Oahu, Hawaii.

Notice Date
8/1/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-03-R-1111
 
Response Due
8/21/2003
 
Point of Contact
Jill Nii, Contracting Officer, Phone (808) 474-2038, Fax (808) 471-5881,
 
E-Mail Address
pacdiva76@efdpac.navfac.navy.mil
 
Description
The Pacific Division, Naval Facilities Engineering Command, Acquisition Department (ACQ0252), Pearl Harbor, Hawaii is soliciting information for potential sources to provide Transportation Operations for the Navy Public Works Center, Pearl Harbor, at various locations, Oahu, Hawaii. This acquisition is an A-76 cost comparison study that will comply with the procedures prescribed in Office of Management and Budget Circular No. A-76, the "Commercial Activities" (CA) program. At this time, PACNAVFACENGCOM intends to compete this study under the rules of the 1996 Revised Supplemental Handbook, DoD Cost Manual and OPNAVINST 4860.7C. This A-76 cost comparison study will examine the possibility of converting Government "in-house" operations to contractor operations. A cost comparison to determine the feasibility and economy of converting the transportation operations services and related functions performed by Government personnel to contract performance will be conducted. Government personnel adversely affected by conversion of Government performed services to contract have the Right of First Refusal for jobs for which they are qualified. The services to be performed include: (1) Management and Administration of the Navy Transportation Fleet (2) Motor vehicle transportation services (3) Construction equipment services (4) Weight handling equipment services (5) Maintenance and repair of grounds and surfaced areas and (6) Inspection, testing and certification of Weight Handling Equipment, Vertical Transportation Equipment, Trackage and Miscellaneous Equipment. Facilities to be serviced cover the geographical area of Pearl Harbor and outlying areas on the island of Oahu and PMRF Barking Sands, Kauai. The period of performance is expected to include a base period with option provisions to extend the term in subsequent years for a total period not to exceed 60 months. The North American Industry Classification System (NAICS) Code is 488490. The applicable size standard is $6.0 million. Interested sources should provide a letter of interest by August 21, 2003, via email in Microsoft Word form to: pacdiva76@efdpac.navfac.navy.mil or fax at (808) 471-5881. The letter of interest should include the name and address of your firm, point of contact(s), including telephone number, business size, a brief company profile, information reflecting similar experience that relates to this requirement, and pertinent information for on-going contracts or contracts completed within the last five years. If responding as a joint venture, the above information must be received on each company participating in the joint venture. Small businesses that do not have the requisite experience to manage the multi-function services are encouraged to address possible teaming arrangements with other businesses that, together, would demonstrate the potential to perform a contract of this size. This is not a request for proposal.
 
Record
SN00390158-W 20030803/030801213936 (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.