|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 28,1997 PSA#1960DIRECTORATE OF CONTRACTING, ATTN: STEAP-PR-C, BLDG 4118 SUSQUEHANNA
BLVD, APG MD 21005-5001 Z -- POST-WIDE JOB ORDER CONTRACT (JOC) FOR ALTERATION, CONSTRUCTION,
MAINTENANCE, AND REPAIR OF GOVERNMENT FACILITIES SOL DAAD05-97-R-0545
DUE 021398 POC Contract Specialist John F. Kimball Jr. (410) 278-2373
(Site Code DAAD05) The U.S. Army Garrison located at Aberdeen Proving
Ground, Maryland (USAGAPG), has a requirement for a Post-Wide Job
Order Contract (JOC). The solicitation is a negotiated Request For
Proposal (RFP) being processed on a 100% Full and Open Competition
basis. The contract will be for one 12- month period (Base Year) and
four 12-month options. The JOC is an
Indefinite-Delivery-Indefinite-Quantity (IDIQ) type of contract used to
acquire real property alteration/maintenance/repair or minor
construction at the post-wide level. The following represents some of
those tasks that have been performed on previous JOC contracts:
Building Alterations and Renovations: Interior painting, lighting,
heating and air conditioning, ceiling, partitions, doors, widows,
carpets, flooring, computer and equipment rooms, utility services, fire
alarm and suppression systems. The contractor is required to provide
all labor, materials, equipment and supervision to accomplish the scope
of work as defined on each individual delivery order. The coefficient
is defined as a numerical factor that represents costs, generally
indirect costs, not considered to be included in the R. S. Means Book,
and shall include all costs associated with bonding. All offerors are
required to use the R. S. Means Facility Construction Cost Data book
for the Baltimore Metropolitan area in developing coefficients. These
coefficients will be evaluated as cost/price items for award purposes
and will be incorporated into the basic JOC. All proposals received
will be subject to evaluation by a team of Government personnel, and
scored on a point system for technical and management factors. Offeror
will submit narrative, plus supportive database, spread sheet, or
correspondence data when required, indicating the following: (1)
Management Ability; (2) Technical Staff Capability; (3) Experience/Past
Performance; (4) Subcontracting Support; and (5) Home/Corporate Office
Plan for Support. Award will be made to the offeror whose proposal
offers the overall "best value" to the Government, price and other
factors considered. The magnitude of construction is estimated to be
between $25 and $100 million for all five 12-month performance periods
totalled. Performance Bonds: the penal amount of the initial
performance bonds shall be sufficient to cover 100% of the stated
estimated annual maximum contract value (Base Year). Payment Bonds: the
penal amount of the payment bond or alternative payment protection
shall equal $2.5 million dollars if the estimated annual maximum
contract value is more than $5 million. All costs associated with
bonding (specifically including bond premiums) shall be included in the
proposed coefficient. All responsive, responsible offerors will be
considered. The RFP will be available on or about 12 December 1997. A
pre-proposal conference will be conducted on or about 20 January 1998.
Prospective offerors are hereby requested to submit written questions
in advance of the pre-proposal conference. Specific instructions for
attending the pre-proposal conferencewill be listed in the RFP. Only
written, regular mail, facsimile (410-278-0903), or electronic mail
(e-mail address: steapprm@doc.apg.army.mil) requests for solicitations
will be accepted. (0297) Loren Data Corp. http://www.ld.com (SYN# 0117 19971028\Z-0022.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|