Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 10,1996 PSA#1592

US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR ST, FT. WORTH TX 76102-0300

Z -- INDEFINITE QUANTITY CONSTRUCTION CONTRACT FOR CONSTRUCTION AND SERVICES WITH TIME-AND-MATERIAL CAPABILITIES; FORT SAM HOUSTON, SAN ANTONIO, TEXAS SOL DACA63-96-R-0030 DUE 071296 POC Contract Specialist VALERIE J SANDS (817) 334-2721 (Site Code DACA63) Indefinite quantity, multi-task construction and services contract, with time-and-materials provisions and fixed labor rates, for a wide variety of maintenance, repair, and minor construction tasks in support of the Directorate of Public Works, Fort Sam Houston, San Antonio, Texas. The objective of the contract is to provide expeditious execution of task orders for general construction and/or service work which will vary from site to site. Specific task orders will be issued by the Contracting Officer in accordance with the unit price, work schedule and specifications. Estimated Contract duration will be an initial 12-month period with options for two additonal 12-month periods to be exercised at the discretion of the Government. The maximum estimated contract amount for the base and for all option periods is $14,700,000.00. Task orders totaling not less than $25,000.00 and no more than a cumulative total of $7,000,000.00 may be outstanding at any given time. The Government will obligate to the contractor a minimum of $100,000.00 for the base period and $100,000.00 for each option period (upon exercise of each option period). This guaranteed fee is a recordable obligation at the time of award and, as such, will be full funded upon contract award. The contractor will be required to furnish all labor, materials, permits, equipment, and services necessary to manage and accomplish designated deliveries, recommending a solution, and remediating the problem in a timely and efficient manner. Task orders will include a variety of trades including (but not limited to) biologist, environmentalist, environmental abatement (asbestos and lead- based paint), technicians, agronomist, computer specialist, carpentry, plumbing, road repair, roofing, excavation, demoliton, concrete, topographic surveyors, roofers, masonry, welding, and engineering (general, civil, mechnical, electrical, structural, fire protection, and/or safety). Contractors must have a minimum of two years' related experience and must possess all state and locally required licenses for this type of work within the state of Texas in the area specified in the request for proposal. Offerors will be required to submit cost and technical proposals as stated in the request for proposal. The following technical evaluation criteria will be used for selection: (1) Prime contractor's experience and capabilities (with various subitems), (2) prime contractor's management plan (with various subitems), and (3) price/cost and past performance information. Proposals from large business firms must comply with FAR Clause 52.219-9 regarding the requirement for submission of a subcontracting plan. The Fort Worth District subcontracting goals are for specified percentages of the contractors's total planned subcontract amount to be placed with the following: 52.5% with small business, 8.8% with small disadvantaged business, 3.0% with women-owned small business, and 5.5% with Historically Black Colleges and Universities and Minority Institutions. The subcontracting plan will be required as a proposal submission item. A preproposal conference will be held during the request for proposal period (details to be provided within the request for proposal). Specifications (no drawings) available at $25.00 per set. Request by mail must include payment in the applicable amount by company check or money order payable to F&A Officer, USAED, FTW and sent to: USACE, Attn: Room 13A32 (Plans and Specs), Post Office Box 17300, 819 Taylor Street, Fort Worth, Texas 76102-0300. NO EXPRESS MAIL PROCEDURES WILL BE UTILIZED IN INITIAL MAILING OF SPECIFICATIONS. No refunds will be made and materials need not be returned. If this project is canceled or no award is made, cost of specifications will be refunded ony upon written request. Request of Proposal to be issued on or about 15 June 1996. Date for receipt of proposals on or about 15 July 1996. Duration of base period is 365 days or the point in time when $4.9 million dollars has been obligated, whichever is earlier. Any unused capacity in the base or first option period may be carried over into the subsequent option period(s). Total contract duration (base period plus option periods) will not exceed 3 years from date of contract award. SIC Code is 1542. Business size standard is $17.0 million. ''Pursuant to the Federal Information Resources Management Requlation (FIRMR), Section 201-39.5202-3, this acquisition is not being conducted under the FIRMR; however, any modifications requiring Federal Information Processing (FIP) resources will be conducted under specific agency delegation of GSA's exclusive procurement authority for FIP resources. The specific SGA DPA case number is KAA-95-AD-012''. This project will be issued unrestricetd. All responsible sources may submit a proposal which will be considered by the agency. Contract will be awarded on the offer that represents the overall ''best value'' to the government which may or may not be the lowest-priced(0129)

Loren Data Corp. http://www.ld.com (SYN# 0183 19960509\Z-0001.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page