|
COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1997 PSA#1851US Army Engineer District, Honolulu, Building 230, Attn: CEPOD-CT, Fort
Shafter, HI 96858-5440 Z -- INDEFINITE QUANTITY CONSTRUCTION/SERVICES CONTRACT WITH TIME AND
MATERIALS CAPABILITIES SOL DACA83-97-R-0026 DUE 071097 POC Renee
Hicks, Contract Specialist, (808) 438-8567 E-MAIL: click here to
contact the contracting officer via e-mail,
renee.hicks@pod01.usace.army.mil. 17. Indefinite quantity, multi-task
construction and service contract, with time-and-materials provisions
and fixed labor rates, for a wide variety of maintenance, repair, and
minor construction tasks in support of Government medical facilities
(primarily MEDCOM) and other Government facilities within the US Army
Engineer Division, Pacific Ocean area of responsibility, with the
exception of Far East District (Korea), and Alaska District. The
objective of the contract is to provide expeditious execution of task
orders for general construction and/or services work which will vary
from site to site. Specific task orders will be issued by the
Contracting Officer in accordance with the unit prices, work schedule
and specifications. Option years 1, 2, 3, and 4 may be exercised, by
receipt of written notices, at anytime, on or before 1 year after award
of the basic contract, option year 1, option year 2, option year 3,
respectively. The maximum estimated contract amount for the base and
four option periods is$20 Million, ($4 Million for the base period and,
$4 Million for each option period. The Government will obligate to the
contractor a minimum of $80,000.00 for the base year and $40,000.00
for each option year (upon exercise of each option year). This
guaranteed fee is a recordable obligation at the time of award and, as
such, will be fully 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 may require the Contractor to develop a
plan which identifies work to be performed, new equipment and materials
to be installed, work procedures, and management approach. The
Contractor may then be required to implement the plan and prepare
documentation on operation and maintenance, training, warranties, and
other required items. These maintenance, repair and replacement tasks
may include, but are not limited to: (1) Mechanical -- Heating,
ventilation, air conditioning (HVAC) systems and components, transient
tubes, material transport systems, refrigeration systems, vacuum
systems, incinerators, fuel lines, elevators and escalators,
sterilization systems, plumbing systems involving water, solid and
hazardous waste control and medical gas systems; (2) Electrical --
Power and services, supplies, distribution and utilization systems
(including lighting, power generation and uninterrupted power supplies
(UPS); (3) Instrumentation -- Energy monitoring and control systems
(EMCS), plant management systems, and fire detection and alarm systems;
(4) Security -- Medical facility security systems and building security
systems; (5) Safety -- Life safety, inflammatory gases, medical safety
and hygiene and fire protection systems. (6) General -- Building
inspection, carpentry, masonry, wall covering, painting, glazing,
floorcovering, roofing, and roof insulation, site work, ceiling
installation and modular building systems. Asbestos and lead-based
paint removal and disposal services (limited to the immediate work
location) may be required during maintenance, repair, and construction.
The Contractor will be required to provide quick response to emergency
situations at Government medical facilities. Ancillary work necessary
to return the work area to a condition equal to or better than that
found prior to the maintenance, repair, and construction work shall be
required of the Contractor. Task orders will include a variety of
trades including (but not limited to), environmentalist, environmental
abatement (asbestos and lead-based paint), technicians, agronomist,
computer specialist, carpentry, plumbing, road repair, roofing,
excavation, demolition, concrete, topographic surveyors, roofers,
masonry, welding, and engineering (general, civil, mechanical,
electrical, structural, fire protection, and/or safety). Contractors
must have a minimum of two years related experience. Offerors will be
required tosubmit separate price 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
technical capabilities (with various subitems), (2) prime contractor's
management approach and plan (with various subitems), (3) Past
performance information, and (4) Price proposal. The Request for
Proposal will be issued on or about 9 June 1997. This project is
unrestricted. Specifications (no drawings) available at $25.00 per set.
Payment must accompany request. Checks and money orders to be made
payable to the U.S. Army Engineer Division, Pacific Ocean. Send checks
to Finance and Accounting Officer, U.S. Army Engineer Division, Bldg.
230, Fort Shafter, Hawaii 96858-5440. Payments will not be refunded
and specifications need not be returned. Small and disadvantaged firms
are encouraged to participate as prime contractors or as members of
joint ventures with other small businesses and all interested
contractors arereminded that the successful contractor will be expected
to place subcontracts to the maximum practicable extent with small and
disadvantaged firms in accordance with the provisions of public law
95-507.***** (0139) Loren Data Corp. http://www.ld.com (SYN# 0151 19970522\Z-0009.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|