RFPs (Request for Proposal) for the Week

Two solicitations are on the docket this week.

Custodial and Related Services, United States Custom House, Denver, Colorado

Document Type:  Modification to a Previous Presolicitation Notice

Solicitation Number: GS-08P-03-JBC-0999

Set Aside: Total HUB-Zone

Contracting Office Address: General Services Administration, Public Buildings Service (PBS), Colorado Service Center (8PC), P.O. Box 25546, Building 41 Room 246, DFC, Denver, CO, 80225-0546

Description: This is the second modification to this solicitation. 1. This modification contains no major changes to the solicitation, therefore; the DEADLINE for receipt of proposals WILL NOT BE EXTENDED. 2. Reference Section B1, ITEM 0003, under DESCRIPTION include the words "Price Quoted per Month". 3. Reference page 50 of the solicitation, GSA form 2166 is not required and is deleted from the solicitation. Please acknowledge the above changes.

Failure to acknowledge these changes WILL NOT disqualify you from consideration. The contractor shall provide the management, supervision, manpower, equipment and supplies necessary to provide custodial and related services for the U.S. Custom House, Denver, Colorado. The BOMA square footage of the U.S. Custom House is 248,081 and the exterior playground square footage is 3,332. The facility is basically an office building with a daycare center, snack bar, Military Entrance Processing Station (MEPS), offices, restrooms, lobbies and courtrooms.

The services to be provided include interior custodial, recycling and trash removal, interior daycare area with exterior playground cleaning, and pest control. Additional services which may be ordered include carpet cleaning, window washing, blind washing, and additional MEPS cleaning. This contract will be performance- based. The contractor must provide custodial services to meet the performance standards specified in the contract.

Original Point of Contact: Lou Rankin, Contracting Officer, Phone (303) 844-4083, Fax (303) 844-2565, Email lou.rankin@gsa.gov.

Environmental Services

Document Type:  Sources Sought Notice

Solicitation Number: N62742-02-R-1102

Contracting Office Address: Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134

Description: The Pacific Division, Naval Facilities Engineering Command, Acquisition Department (ACQ0241), Pearl Harbor, Hawaii is soliciting information for potential sources to provide environmental services for the Navy Public Works Center, Pearl Harbor and its customers at various locations on 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.

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 environmental 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) Maintenance of government facilities used for environmental services; (2) Services for waste paper recycling program; (3) Bilge water/oily wastewater and used oil collection, storage, treatment and disposal; (4) Industrial waste collection, storage, treatment and disposal; (5) Biosolid and oily waste bioremediation; (6) Solid waste collection, storage, minimization and disposal; and (7) Environmental laboratory services. The facilities utilized in the operation are located at the Pearl Harbor Complex including the Shipyard, PWC Pearl Compound and Kalaeloa (formerly Barbers Point) field support stations. 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 562211 (previously SIC Code 4953). The applicable size standard is $10.5 million. Interested sources should provide a letter of interest by 21 Oct 02, 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 who 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.

Original Point of Contact: Jill Nii, Contracting Officer, Phone (808) 474-2038, Fax (808) 471-5881, Email pacdiva76@efdpac.navfac.navy.mil.