Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1997 PSA#1851

US 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