|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 7,1997 PSA#1818USPFO for Rhode Island, Attn: RIPFO-PC, 330 Camp Street, Providence, RI
02906-1954 Z -- PRESOLICITATION NOTICE OF OPPORTUNITY TO PARTICIPATE IN BEST
VALUE CONSTRUCTION TASK ORDER CONTRACTS FOR VARIOUS NATIONAL GUARD
SITES THROUGHOUT NEW ENGLAND SOL F9449C-6061-1200 POC Contract
Specialist RICHARD F. MAGUIRE (401) 457-4244, Contracting Officer
MARCEL CARTIER (401) 457-4222 The Army and Air National Guard within
the States of Rhode Island, Connecticut, Massachusetts, New Hampshire
and Maine will be soliciting proposals for multiple discipline,
multiple year maintenance, repair, alteration and minor construction
service contracts within the next few weeks. Although the U.S. Property
and Fiscal Office (USPFO) for Rhode Island is conducting the
solicitation phase of this project, the USPFO within each respective
State will be responsible for the conduct of a pre-proposal conference
and contract administration of its Task Order Contract(s) (TOC) as
well as individual Task Orders issued under each TOC. It is our desire
to make multiple awards in each State. Awards will be made to General
Contractors only, within each State's geographic area. Each TOC will
have a maximum value of $10,000,000.00. Task Orders will be issued to
TOC contractors based on competitive price, or a combination of price
and other factors (best value judgments) in accordance with Federal
Acquisition Regulation (FAR) 16.505, et al. Individual Task Orders may
be issued for a period of three (3) years from date of award.
Individual Task Orders will not total less than $2,000.00 or more than
$1,000,000.00. Individual projects will be solicited by each
respective contracting agency within each State. We intend to award
TOCs to General Contractors (SICs 1541 and 1542) for two categories of
work. The first category is for projects having a Government estimated
cost of $2,000.00 to $200,000.00 and the second category is for
projects having a Government estimated cost of $100,000.00 to
$1,000,000.00. Although each General Contractor is free to submit an
offer for each category, it is anticipated that a contractor's relative
size (large or small) may assist it in making business judgments.
Source Selection procedures in accordance with Department of Defense
FAR Supplement (DFARS) 215.605 will be utilized for award of basic
TOCs. Evaluation criteria for award of each TOC, in descending order of
importance, are: (1) Company Experience and Past Performance; (2)
Project Management Ability, with an emphasis on Key Management and
Supervisory Staff, Quality Control Plan, Financial Capability, and
Technical Support Staff; (3) Specialty Subcontractor Support
Capability, including Length of Association, and/or in-house specialty
abilities; (4) Company location; (5) Company size; and (6) Bid price
of typical project(s) included in the solicitation. Interested parties
may obtain a copy of the solicitation when it becomes available, by
written request only. A separate solicitation notice will be published
before the proposed solicitation is issued. It is anticipated that the
solicitation will be issued on or about 1 May 1997. No telephone
requests will be accepted. All responsible sources will be permitted to
submit a proposal which shall be considered. This procurement will be
unrestricted. (0092) Loren Data Corp. http://www.ld.com (SYN# 0199 19970407\Z-0036.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|