Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2005 FBO #1231
SOURCES SOUGHT

Z -- Rapid Ordering Contract for Commissary Sustainment (ROCCS)

Notice Date
4/8/2005
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron - DeCA Support, 2250 Foulois Street, Suite 3 Bldg 8400, Lackland AFB, TX, 78236-1007
 
ZIP Code
78236-1007
 
Solicitation Number
FA3002-05-R-0026
 
Response Due
5/3/2005
 
Archive Date
6/30/2005
 
Description
The Defense Commissary Agency, Facility Program Manager (DECA/FPM) is contemplating a Rapid Ordering Contract for Commissary Sustainment (ROCCS) providing for decentralized ordering of work to optimize individual commissary sustainment beginning in FY06. The primary tool to implement ROCCS will be multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for maintenance (except maintenance of Refrigeration and HVAC equipment), repair, renovation, alteration and minor construction of its commissaries in the United States, including Alaska and Hawaii. This Sources Sought synopsis and Request for Information (RFI) seeks to identify 8(a) or HUBZone 8(a) concerns and to obtain industry comment on the concept based on the generalized information contained in this document. The applicable North American Industry Classification System (NAICS) Section Code is 23. This RFI is neither a formal solicitation nor a request for proposals. This RFI is for informational and planning purposes only and is not to be construed as a commitment by the Defense Commissary Agency. This is not an acquisition of commercial items as defined in FAR Part 12. See note 26. ROCCS Concept: Program Objectives: The DeCA Facility Program Manager seeks to improve its commissary maintenance/sustainment delivery process and results. Specifically, DeCA is interested in increasing the quality of the delivered products, increasing user satisfaction, decreasing time to award and delivery of completed maintenance, repair, renovation, alteration and minor construction projects. Program Scope: ROCCS projects will consist of maintenance, repair, renovation, alteration and minor construction ranging in value from $50.00 to $500,000.00 on individual delivery orders in each district. DeCA?s total annual workload requirement to be divided among nine Districts is estimated to be $15,000,000. It is the intention of this acquisition to award two (2) 8(a) IDIQ ?basic? contracts in each of the ten(10) Districts using the procedures outlined in FAR Part 15 and supplements thereto. The ten (10) Districts in the United States, including Alaska and Hawaii are identified as follows: (1) South Central District - Texas, New Mexico, and Oklahoma, twenty (20) commissaries. (2) South East District - Arkansas, Louisiana, Mississippi, Alabama, Georgia, Florida, Tennessee and South Carolina, forty-one (41) commissaries. (3) Mid-Atlantic District - North Carolina, Virginia, Maryland, Delaware, and Washington DC, twenty six (26) commissaries. (4) NorthEast District - Connecticut, Maine, New Jersey, New York, Rhode Island, Massachusetts, New Hampshire, and Pennsylvania, nineteen (19) commissaries. (5) North Central (East) District - Illinois, Indiana, Kentucky, Michigan, Missouri, Ohio, and Wisconsin, twelve (12) commissaries. (6) North Central (West) District - Colorado, North Dakota, Kansas, Nebraska, Wyoming and South Dakota, twelve (12) commissaries. (7) North West District - Idaho, Washington, and Montana, nine (9) commissaries. (8) Western District - Arizona, California, Utah, and Nevada, thirty-two (32) commissaries. (9) Hawaii District consists of five (5) commissaries. (10) Alaska District ? Alaska, five (5) commissaries The total number of commissaries is 181. Each district will be solicited separately. The government envision the primary 8(a) contractor for each district to set-up several subcontractor relationships with other 8(a) or other small business concerns at the individual commissary or state to provide all requirements within that particular district. The government invites industry to comment regarding its thoughts, ideas, concerns, perceived benefits, possible inhibitions and weaknesses of this ROCCS concept. Recommendations for process improvement are encouraged. ADDITIONAL INFORMATION The contract will not be awarded to split a district into smaller groups. Example District 1 consists of commissaries located in the states of Texas, New Mexico, and Oklahoma. The government will not split District 1 and award just Texas. The period of performance will commence approximately 30 days after date of award through two years thereafter with 2 one-year options to extend for a total performance period not to exceed 48 months. The first solicitation will be issued on or about 01 June 2005. The ROCCS contractor shall be required to perform work in the district identified, with 24/7 availability, provide emergency response service within two (2) hours of notification. The Commissary must remain open and operational during business hours throughout the period of performance. DeCA would greatly appreciate your input concerning any aspect of the content of this RFI document. Your comments are important and will be considered in the development of realistic goals and objectives. Please comment as appropriate; prefer you address each question below in formulating your response. The following are additional factors concerning the contract acquisition strategy that we would like you to consider and offer your comments. 1. The basic IDIQ contracts will also include a guaranteed minimum dollar amount. What guaranteed minimum dollar amount would you consider to be sufficient to interest you enough to submit a proposal and why? 2. The Government contemplates that the contract will include a two (2) year base period with two (2) option years. Is this an appropriate program duration? If not, why? 3. Would there be anything that you recommend to ensure that DeCA would consistently obtain successful projects in terms of project cost, project schedule, innovation, quality and customer satisfaction? 4. Are there any unrealistic requirements/stipulations that would prevent your firm from responding to an RFP for this type of contract? 5. The government intends to negotiate pre-established pricing for work call responses that would originate through a government operated response center. It is intended that labor rates for response calls be tied to applicable Davis Bacon or Service Contract Act wage rates. It is also intended that work above the emergency or routine response call level would be issued to the ROCCS contractors through Task Orders that would be negotiated based on labor and material charges. Is this pricing strategy reasonable and appropriate for the type of work to be performed? 6. Would the contractor be able to establish a pre-determined, single rate for all trades at a specific location and still comply with applicable Davis Bacon or Service Contract Act wage rate provisions, or would it be better to segregate wage rates by trades? 7. It is envisioned as part of the contract strategy, that the contractor will be required to establish a network of relationships with local contractors to respond to routine and emergency service calls. The government envisions that pricing for each response call that the contractor will make will include a trip charge that would cover the contractor/subcontractor overhead and travel time to get to the location. What would you consider a fair and reasonable charge, comparable with standard industry practice, to make a response call for maintenance and repair services? 8. The government envisions placing a $5,000 maximum on work that can be addressed through response calls and a $500,000 maximum on work that can be negotiated on individual Task Orders. Are these limits appropriate and reasonable? DeCA contemplates hosting an Industry Day Conference at Lackland AFB, TX the week of the 23 May 2005 to discuss the ROCCS concept and acquisition strategy. If interested in attending please submit your list of attendees, titles and/or professions, to aid in determining a suitable meeting place. Please forward your email responses to the Contracting Officer, Devindranath Gokool (email gokool.devindranath@randolph.af.mil) or Linda Cavazos (email linda.cavazos@randolph.af.mil) no later than 03 May 2005.
 
Place of Performance
Address: See description
 
Record
SN00785029-W 20050410/050408212225 (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.