|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1997 PSA#1925General Service Administration (7PMCC), Property Management Division,
819 Taylor St., Rm. 12A29, Fort Worth, TX 76102-6105 Z -- ID/IQ CONTRACT FOR MODULAR BUILDINGS` SOL GS-07P-97-HUD-0505 DUE
092297 POC Janice M. Elizondo (817) 978-3508 SIC Code 1542
Prefabricated wood and metal buildings, Solicitation No.
GS-07P-97-HUD-0505, due September 22, 1997. This is a COMBINED
SYNOPSIS/SOLICITATION for commercial items prepared in accordance with
the information in FAR subpart 12.6 as supplemented with the
additional information included in this notice. This announcement
constitutes the only solicitation. PROPOSALS ARE BEING REQUESTED AND A
WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number is
GS-07P-97-97-HUD-0505 and is issued as a Request for Proposal (RFP).
The solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Regulation July 1997
Reprint. This procurement is set aside for small business. The small
business size standard for this procurement is annual receipts of
$17,000,000 or less. Multiple awards may be made under this
solicitation. The Government seeks to award an Indefinite Delivery
Indefinite Quantity (IDIQ) Task Order Contracts to contractors that can
provide prefabricated buildings on a turn key basis from initial design
through fabrication, sitework (including grading, fill, landscaping,
and utilities), foundations, installation and exterior pavement
(including asphalt, concrete, and sidewalks). Contractors will provide
prefabricated buildings at Government facilities in GSA's Greater
Southwest Region, which encompasses Arkansas, Louisiana, Oklahoma,
Texas and New Mexico. Secondary contract area is the Continental U. S.
It is anticipated that multiple awards will be made under this
solicitation. The contract period will be for one year with four option
years commencing with date of award. Delivery order placement will be
under these contracts based upon past performance, technical
capability, and price in accordance with the procedures in FAR
16.505(b)(3). The Government does not have a requirement at this time.
The Government may have future requirements for buildings in the
Greater Southwest Region or CONUS. The contract will have several line
items as follows:Prefabricated Building, Wood; Prefabricated Building,
Metal; and the following incidental services: New Design Services;
Redesign Services; Removal/Relocation Services; Installation Services;
Warehousing Services; Transportation Services; and Building
Refurbishment Services. Offerors are only to provide an hourly rate for
design services and for redesign services with their proposal. All
other line items are unpriced until the Government has a requirement
and issues a delivery order. The Government will require wood or metal
prefabricated buildings and structures used for general office space,
security trailers with holding cells, communications buildings,
security booths, inspection booths, restroom modulars, warehouses,
maintenance buildings, multipurpose buildings, and canopies. The
requirements for these buildings include but are not limited to the
following: HVAC system, plumbing system, electrical/communication/ADP
systems, fire protection systems, roof systems, as well as the
appropriate insulation tomeet building codes. These modular buildings
could range in size from 500 square feet (SF) to 10,000+ SF.
Contractors will have design flexibility to offer several concepts:
Modular units where structures are prefabricated in-factory with all
major systems such as floor, mechanical, electrical, plumbing, and
finishes in place and delivered to the site requiring minimal site work
to complete construction; Semi-modular units where structures are
partially completed in-factory and delivered to the site for
installation of remaining systems and for scopes to be developed to
meet specific customer requirements; site-built units where
pre-engineered components are delivered and assembled on the site with
all major systems to be installed on site. All buildings must meet
applicable building codes to include, but not limited to: NFPA, NEC,
UFAS/ADA. To be considered for award, offerors must submit as part of
their proposals information that addresses the following evaluation
factors: 1) PAST PERFORMANCE: Submit a list of all buildings
manufactured for installation (wood or metal) for the 12 month period
October 1996 through September 1997. The list shall indicate if
buildings were designed for medical, commercial, industrial or
Government use. With the list, provide the building square footage,
total cost, customer name and phone number, and site location. 2)
TECHNICAL CAPABILITY: Submit a description of how your company provides
a "One Stop Shopping" (i.e., turn key) service to customers who are
buying prefabricated buildings. Discuss your company's capabilities
from the design stage, fabrication, site work, installation, through
completion of a building project. List all of your manufacturing sites.
Submit a copy of the company's Standard Commercial Warranty for
prefabricated buildings. PRICE: Offeror shall submit an hourly rate for
New Design Service and Redesign Services. Evaluation of proposals and
award of this contract shall be based upon these evaluation factors.
FAR Provision 52.212.1, Instructions to Offerors-Commercial is hereby
included by reference with the following addendum: Paragraph Period of
acceptance of offers: The offeror agrees to hold prices in their
proposal firm for 90 calendar days from the date specified for receipt
of offers. FAR provision 52.212.2, Evaluation-Commercial Items in
incorporated by reference with the following addendum: Paragraph (a)
The following factors shall be used to evaluate offers: Past
Performance, Technical Capability (includes Commercial Warranty) and
Price. Past Performance is more important than Technical Capability and
both combined are significantly more important than price. FAR
provision 52.212.3, Offeror Representations and
Certifications-Commercial Items must be completed and submitted with
proposal. FAR 52.212.4, Contract Terms and Conditions-Commercial Items
applies to this solicitation. FAR Clause 52.212-5, Contract Terms and
Conditions Required to Implement Statutes Or Executive
Orders-Commercial Items applies to this acquisition with the following
addenda: Paragraph (b) -- The following FAR clauses are incorporated
by reference: 52.203-6, 52.203-10, 52.222-26, 52.222-35, 52.222-36,
52.222-37. Paragraph -- the following clauses are incorporated by
reference: FAR 52.211-12, 52.222-5, 52.222-6, 52.222-7, 52.222-8,
52.222-9, 52.222-10, 52.222-11, 52.222-12, 52.222-13, 52.222-14,
52.222-15. Liquidated damages will appear on each delivery order issued
under the contract. Wage rates for all states may be found at URL:
http:159.142.2:80/wagerate/. Performance and Payment Bonds will be
required when the erection of the building exceeds $25,000. The
following clauses regarding performance and payment bonds are
incorporated by reference: FAR 52.228-15 and 52.228-13. All FAR clauses
can be found at URL: http:www.arnet.gov/far/. Offerors shall print and
complete the appropriate clause(s) and include them with their
proposal to the address listed below. The following additional FAR
clauses apply to this acquisition and are hereby incorporated by
reference: 52.216-18 Ordering (Such orders may be issued from date of
award through the end of the one year contract period); 52.216-19 Order
Limitations; 52.216-27 Single or Multiple Awards, 52.217-9 Option to
Extend the Term of the Contract (Contract term not to exceed 5 years),
52.228-5 Insurance-Work on a Government Installation, and 52.216-22
Indefinite Quantity (b) designated minimum is $1,000 and designated
maximum ordering limitation (MOL) is $2.5 million. Offerors must meet
the eligibility requirements as either a manufacturer or dealer as set
forth in FAR 22.606-2 (a) (1) through (a)(6). Proposals must be
received not later than 2:30 P.M., September 22, 1997, and must be
mailed to Janice M. Elizondo, Contracting Officer, Construction
Services Branch (7PMCC), 819 Taylor Street, Room 12A28, Fort Worth, TX
76102. Proposals received after the date and time stipulated shall not
be accepted. For information regarding this solicitation, contact Jan
Elizondo, Phone (817) 978-3508, FAX (817) 978-6155. FAX proposals shall
not be accepted. (0246) Loren Data Corp. http://www.ld.com (SYN# 0136 19970908\Z-0004.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|