Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2003 FBO #0708
SOURCES SOUGHT

R -- Aviation Support Services

Notice Date
11/3/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, A-76 Contracts Team, Attn: Code 02X2 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
Reference-Number-N68711-04-R-CNAP
 
Response Due
11/10/2003
 
Point of Contact
Diana Price, Contract Specialist, Phone 619 532-3752, Fax 619 532-4903, - samantha darella, contract specialist, Phone 6195323758, Fax 6195324903,
 
E-Mail Address
pricedl@efdsw.navfac.navy.mil, darellass@efdsw.navfac.navy.mil
 
Description
The Southwest Division, Naval Facilities Engineering Command (SOUTHWESTNAVFACENGCOM), Contracts Department, San Diego, California, is hereby soliciting information from potential sources with the capability to provide such diverse requirements for multiple locations to include administrative and management services, supply support functions, specialized operational training and support services and finance and payroll functions for Command, Naval Air Pacific at the following locations: California locations: Naval Base Coronado, Naval Air Station, Lemoore, Naval Air Station China Lake, Naval Base Venture County, California; Naval Air Station, Fallon, Nevada, Naval Air Station Whidbey Island, Washington, Tinker Air force Base, Oklahoma, and Detachment Marine Corps Base Hawaii, Kaneohe, Bay, Hawaii. A contract will not be awarded unless the costs of contracting are lower than the costs of continued Government performance by the minimum cost differential. The minimum cost differential is the lesser of: (1) ten percent of the personnel costs in the government?s In House Cost Estimate (IHCE) or (2) $10,000,000 over the performance period. Approximately 281 Full Time Equivalent positions are affected by this study. Government personnel adversely affected by conversion of Government performed services to contract have Right of First Refusal for jobs for which they are qualified. The services to be performed are: 1) Command Support Functions - Operate and maintain office equipment, provide administrative support, general and strategic mobility transportation support, Information Technology support, and safety and occupational health professional support services; 2) Aviation Supply Support Services, provide stock control program support, ready maintenance stores support, component control support, Pack-up Kit (PUK) support, administrative services, and metrics and report development support services; 3) Fleet Aviation Specialized Operations (FASO) Training Services, provide aviation training and support services; and (4) financial and civilian timekeeping support. The contract performance period is anticipated to be five years, including one base year, four (4) twelve month options. A performance-based combination firm fixed price, indefinite quantity contract with award option provisions is anticipated. The primary North American Industry Classification System (NAICS) code for this requirement is 561110 (command support and supply support and the applicable size standard is $6.0 million. Secondary NAICS codes and applicable size standard are: 611512 (Aviation Specialized Operations Training) $21.0 million; and 541214 (Financial and payroll) - $7.0 million. Interested sources should provide a letter of interest by 10 November 2003, via e-mail in Microsoft Word format to diana.price@navy.mil. The letter of interest should include the following: 1) Name and address of the firm 2) Size of business (including annual revenue for primary and/or secondary NAICS codes and annual revenue for entire business) and total number of employees 3) Ownership 4) Year firm established 5) Names of two principals to contact, including title and telephone number 6) Description of previous experience that relates to accomplishment of the diverse requirements under individual contract(s). Please include pertinent information for on-going contracts or contracts completed within the last five years under the NAICS codes. Pertinent information is: A. Name of Contracting Activity B. Contract Number C. Contract Type (FFP, Cost, IDIQ or Combination) D. Period of Performance and Total Contract Value E. If Subcontractor, portion of Contract Value for which firm self performed and name of Prime contractor including address and telephone number of primary point of contact F. Summary of contract work G. Contracting Officer name and current telephone number H. Contracting Officer?s Technical Representative (name and current telephone number) I. List of major Subcontractors including name, address, and telephone number of primary point of contact. J. Provide any comments on the diversity of the functions and if you can foresee any challenges on how the stated requirement is packaged. This synopsis is for informational and planning purposes only. All information submitted is at the offeror?s own expense. Respondents will not be contacted regarding their submission or information gathered as a result of this notice. The Government reserves the right to consider a small business set-aside based upon the responses received. Interested parties should provide the name of their firm and contact information to receive future information on this requirement. Please provide information at the NAVFAC electronic solicitation website: http://esol.navfac.navy.mil under Reference Number (Solicitation Number) N68711-04-R-CNAP.
 
Place of Performance
Address: California, Nevada, Hawaii, Washington, Oklahoma
 
Record
SN00463956-W 20031105/031103213314 (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  © 1994-2020, Loren Data Corp.