|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 15,1997 PSA#1951USP&FO FOR ARKANSAS, ATTN: DSS-PC, BLDG 7100, CAMP JOSEPH T. ROBINSON,
NO LITTLE ROCK AR 72199-9600 Z -- JOB ORDER CONTRACT (JOC) FOR THE AIR NATIONAL GUARD FACILITY AT
THE LITTLE ROCK AIR FORCE BASE AND THE AIR NATIONAL GUARD FACILITY AT
THE HOT SPRINGS, ARKANSAS AIRPORT. SOL DAHA03-98-B-0001 DUE 010998 POC
Contracting Officer LTC David Dorrough (501) 212-4400 (Site Code
DAHA03) Description: SOL DAHA03-98-B-0001 DUE 010998 (Site Code DAHA03)
Job Order Contract (JOC). The JOC is for a broad range of maintenance,
repair and minor construction work on real property for the Arkansas
Air National Guard Facilities at the Little Rock AFB and Hot Springs
Municipal Airport, Arkansas. The contract will be an indefinite
delivery-indefinite quantity type contract and will include a wide
variety of individual construction tasks as identified by the Base
Civil Engineer. The contractor will be required to furnish all
materials, equipment, and personnel necessary to manage and accomplish
the project. Individual jobs will vary in size and complexity and will
include but will not be limited to tasks in a variety of trades,
including carpentry, road repair, roofing, excavating, interior
electrical, steam fitting, plumbing, sheet metal, painting, demolition,
concrete masonry and welding. During the contract period, the Air Guard
will identify construction tasks required to complete each specific
job. Delivery orders shall be issued based upon these individual
projects. The performance period will be a twelve month basic period
with four (4) twelve month option periods to be executed at the
Government's option. Individual performance periods will be contained
in each delivery order. Delivery orders shall not exceed a cumulative
amount of $5,000,000.00; individual orders shall not exceed
$300,000.00. minimum guaranteed value of the contract is $5,000.00.
This procurement will be accomplished by using ``Two-Step Sealed
Bidding'' procedures. Step one requires the offeror to submit a
technical proposal. The technical proposal shall not include prices or
pricing information. The Government will evaluate and, if necessary,
discuss the technical proposal with the offeror to determine the
acceptability of the services offered. All responsible sources may
submit a proposal which shall be considered. Offerors shall be
evaluated in three general areas, with in-depth examinations made of
each. These areas are listed below in descending order of relative
importance in the evaluation process. Items listed within each area are
in descending order of importance for that area. Area A: Project
management ability: Item 1: key Project management Staff; Item 2:
Quality Control Plan; Item 3: Financial Capability; Item 4: Technical
Support Staff; Area B: Subcontracting Support Capability: Item 1:
Subcontract Management; Item 2: Identification of Key Subcontractors;
Item 3: Level of Subcontracting; Area C: Company construction
experience: Item 1: JOC or SABER projects: Item 2: MILCON projects:
Item 3: Private work. Technical evaluations will be made independent of
each other. Request for Technical Proposal will be issued o/a 16
November 1997, with responses due o/a 31 December 1997. Only written
requests for the Technical Proposal requirements package will be
accepted. Forward request to USPFO for Arkansas, Attn: DSS-PC (David
Dorrough), Camp Robinson, North Little Rock, Arkansas 72199-9600.
Offerors should submit technical proposals that are acceptable without
additional explanation or information. The Government may make a final
determination regarding a proposal's acceptability solely on the basis
of the proposal as submitted, and the Government may proceed with the
second step without requesting further information from any offeror.
However, the Government may request additional information from
offerors on technical proposals that could reasonably be made
acceptable. At the conclusion of the technical evaluation, offerors not
being selected will be forwarded a notice of unacceptability. Step two
involves the submission of ``priced'' bids. An invitation for Bid
(IFB), used for step two, shall be issued with the request for
technical proposal. Each bid received in the second step must be based
on the offeror's own technical proposal as submitted under Step one
procedures. A pre-proposal conference is tentatively scheduled o/a 1
December 1997 at the Arkansas Air National Guard Facility, Little Rock
AFB, Arkansas. This procurement is open to large as well as small
business firms (unrestricted). (0052) (0283) Loren Data Corp. http://www.ld.com (SYN# 0114 19971015\Z-0021.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|