Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 28,1997 PSA#1960

DIRECTORATE 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