Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 1, 2001 PSA #2779
SOLICITATIONS

M -- CIVIL ENGINEERING SUPPORT SERVICES

Notice Date
January 30, 2001
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Tyndall AFB, FL, 32403-5526
ZIP Code
32403-5526
Solicitation Number
F0863701R0001
Response Due
February 23, 2001
Point of Contact
Linda Judah, Contract Specialist, Phone 850 283-3692, Fax 850 283-1033, Email linda.judah@tyndall.af.mil
E-Mail Address
Linda Judah (linda.judah@tyndall.af.mil)
Description
The 325th Contracting Squadron, Tyndall AFB FL, is in the process of determining the acquisition strategy for our Civil Engineer Support Services. This is a request for information and not a formal solicitation. Any formal solicitation will be announced separately. The services include maintenance, repair and operation of all real property (RP) and real property installed equipment (RPIE) on Tyndall AFB, including geographically separated areas, in accordance with applicable Air Force Instructions and industry standards. Tyndall is comprised of well over 600 facilities, 2 active airfields, 29,000 acres of improved and unimproved land. In addition to typical RP and RPIE items, the contractor shall be responsible for maintenance and repair of aircraft arresting systems, emergency generators, airfield lighting systems, energy monitoring and control systems, all base utility distribution systems, water wells, and grounds maintenance. The contractor shall also provide management services to support the maintenance, repair and operation of RP and RPIE to include, provision of tools and equipment, purchasing of materials and supplies, supply and maintenance of necessary vehicles, budgeting, conducting meetings, and support of all wing exercises. The contractor shall maintain an in-house capability to perform minor asbestos and lead-based paint abatement projects and all work in support of this contract shall be done in strict compliance with applicable environmental laws and regulations. The total period of performance will be five to eight years, structured by a basic contract period and up to seven option years. We reserve the right to consider a set aside based on responses to this notice, and invite both large and small businesses to address the questions below. We anticipate the contract type will be a fixed price mechanism, small business set aside, under NAIC 56121, size standard $20M. We reserve the right to consider a small or small disadvantaged business set aside based on responses to this notice. We are particularly interested in comments from industry on the following: 1. Contract Incentive Type. Please identify your reasoning for the most appropriate incentive and contract type. What kinds of incentives does your firm use to motivate performance by your suppliers or service providers? Contracting methods available for use are identified in Part 16 of the Federal Acquisition Regulation (http://farsite.hill.af.mil). 2. How does the marketplace generally contract for these services? What contract types are the most common and effective? Any other comments regarding our course of action and/or alternatives are encouraged and appreciated. 3. What is your degree of relevant experience in providing these services. 4. Would you participate in this acquisition with other firms as team members/joint ventures? 5. How do you see the evaluation of proposals to be conducted? 6. What is your relevant past corporate and Government experience with similar contract requirements? Please include contract numbers and points of contact. 7. State your business size. Please submit your information via electronic mail by 23 Feb 01 (earlier responses are encouraged) to Linda Judah, Contracting Specialist, at linda.judah@tyndall.af.mil, or Russell Roderick, at russell.roderick@tyndall.af.mil. Prospective offerors must have the financial backing to defray mobilization and operation cost for approximately ninety (90) days. Internet and e-mail capabilities are mandatory. Central Contract Registration (CCR) is mandatory. Based on the information received, a Draft Request for Proposal (DRFP) may be issued on or about 15 May 2001, on the Federal Business Opportunities (www.eps.gov) and a Request for Proposal (RFP) on or about 24 August 2001. No paper copies will be issued and requests for solicitations will not receive a response.
Web Link
Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=R&P=F0863701R0001&L=511)
Record
Loren Data Corp. 20010201/MSOL002.HTM (D-030 SN50C215)

M - Operation of Government-Owned Facilities Index  |  Issue Index |
Created on January 30, 2001 by Loren Data Corp. -- info@ld.com