|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 1,1997 PSA#181492d Contracting Squadron W. 110 Ent St. (Suite 200), Fairchild AFB, WA
99011-9403, Attn: Theodore D. Sweet, Director Of Business Programs Z -- INDEFINATE DELIVERY/INDEFINATE QUANTITY, PAVING AND CURBING,
FAIRCHILD AFB, WA SOL F4561397R0013 POC TSgt Douglas Guldan, Contract
Specialist, 509 247-4865 The work for this project includes, but is not
limited to, demolition of existing asphalt and Portland cement concrete
pavements, adjusting utility structures such as manholes, street
valves, catch basins and drop inlets, earthwork for roadways,
sidewalks, driveways and curbs, excavating and backfilling utility
trenches and storm drains, concrete sidewalks, curbs and gutters, joint
and crack sealant for rigid and flexible pavements, shoulder ballast,
hot-mixed asphalt pavement for roads, streets, driveways, parking lots,
and open storage areas, paving fabric, bituminous surface treatments,
asphalt slurry seal, pavements repairs, cold milling of asphalt
pavement and limited landscape/restoration work. Period of performance
will be a base year plus one option year. Performance is further
broken down by each Delivery Order. Estimated minimum and maximum for
the base year is $400,000 minimum and $8,000,000 maximum. There is not
a guaranteed minimum for the option year. Working hours are 7:30 A.M.
through 4:30 P.M. excluding federal holidays. There may be work in
restricted/controlled areas. There are no government furnished
materials. The SIC Code for this project is 1611. The business size
standard is $17 Million. The magnitude of the project is between $1
Million and $5 Million based on the best estimated of the quantity to
be ordered. This acquisition will be through competitive negotiation
procedures with qualified offerors. The areas of evaluation and their
relative rank order, as stated in Section M of the solicitation, the
Government will award a contract resulting from this solicitation to
the responsible offeror whose offer conforms to the solicitation
requirements and will provide the best value to the Government
considering price and past-performance. This procurement will be
evaluated using past performance and cost factors. Interested parties
should provide evidence capacity to obtain bonds for a project of this
magnitude, and information that demonstrates a capability to perform
projects of this magnitude. To obtain further information or to request
a solicitation package, contact the Contracting Officer, David Olson at
(509) 247-4865. Requests for all solicitation packages must be
submitted in writing or by fax. All responsible sources may submit a
proposal which shall be considered by the agency. The fax number for
the contracting office is (509) 247-5221. This (0087) Loren Data Corp. http://www.ld.com (SYN# 0140 19970401\Z-0024.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|