Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1998 PSA#2118

U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889

Y -- IDIQ CONSTRUCTION CONTRACT WITH TIME AND MATERIALS CAPABILITY FOR NORTH CAROLINA & VICINITY SOL DACA21-98-B-0044 DUE 080798 POC Leila Hollis, Contract Specialist, (912)652-5105, or Colleen O'Keefe, Contracting Officer WEB: Corps of Engineers, Savannah District, Contracting, http://www.sas.usace.army.mil/ct/index.html. E-MAIL: Leila Hollis, leila.hollis@sas02.usace.army.mil AT internet@ccmail-domain. THIS SOLICITATION IS ISSUED ON AN UNRESTRICTED BASIS PURSUANT TO THE "BUSINESS OPPORTUNITY DEVELOPMENT REFORM ACT OF 1988" (PUBLIC LAW 100-656). THE SOLICITATION WILL BE AVAILABLE ON OR ABOUT JULY 7, 1998, ON THE INTERNET AT http://www.sas.usace.army.mil/ebs/. All Contractors receiving awards after May 31, 1998, must be registered in the Central Contractor Registration. The form can be accessed on the internet at http://www.acq.osd.mil/ec. This site also has a public query where Contractors can check to see if they are registered. The purpose of having all Contractors register through CCR is to comply with Debt Collection Improvement Act of 1996, which required Federal Agencies to have the taxpaper identification number of every Contractor and to pay every Contractor through electronic funds transfer. This will be an indefinite quantity, multi-task construction contract with fixed labor rates for a wide variety of maintenance, repair, and minor new construction tasks. Work will be performed at (or inthe vicinity of) North Carolina. This includes primarily various Reserve Centers, Pope Air Force Base, Seymour Johnson Air Force Base, and Fort Bragg. There is potential for tasks supporting other Federal agencies within the States of North Carolina and South Carolina. The contract is to provide expeditious execution of task orders for general construction or remediation of real property work, which will vary from site to site. The Contracting Offficer will issue specific task orders in accordance with the unit price schedule and task order specifications. Contract duration will be an initial 12-month period with options for two additional 12-month periods to be exercised at the discretion of the Government. The ordering period will be for 1 year or whenever the Contracting Officer determines the ordering period is over and any dollar amount not consumed by task orders issued during the ordering period may be carried over to the next ordering period. The maximum estimated contract amount for the base period and for each additional 12-month period is $4,500,000. Task orders will not be issued for less than $2,500 or more than $500,000. The contractor will not be required to accept more than a (cumulative) total of $2,000,000 in task orders at any given time. The Government will obligate a minimum of $90,000 for the base period and $45,000 for each option period if an option period is exercised. The Contractor will be required to furnish all labor, materials, permits, equipment, personnel, and services necessary to manage and accomplish designated deliveries which will include surveying the problem, recommending a solution, and remediating the problem in a timely and efficient manner. Task orders will include a variety of trades including (but not limited to) biologist, 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 3 years related experience and must possess all state and locally required licenses for this type work within the areas specified in the solicitation. Offerors will be required to submit cost and technical proposals as stated in the solicitaition. The following technical evaluation criteria will be used for selection: (1) prime contractor's past performance with various subitems, (2) prime contractor's experience with various subitems, (3) prime contractor's management with various subitems. The acquisition strategy is a two-step sealed bid. Proposals will be received and evaluated on a Go/No Go basis. Those offerors with technically acceptable proposals will be requested to submit bids. A pre-proposal conference will be held on July 21, 1998. Proposals from large business firms must comply with FAR clause 52.219-9 regarding the requirement for submission of a subcontracting plan. The following subcontracting goals are the minimum acceptable to be included in the subcontracting plan: of the subcontracted work, 62% to small business, 10% to small disadvantaged business (a composite of small business), and 5% to women owned business (a composite of small business). Large business firms that intend to do any subcontracting must convey their intent to meet the minimum subcontracting goals on SF 255, Block 6. Written justification must be provided if the minimum goals cannot be provided. Network Analysis System will be required. (TECHNICAL QUESTIONS regarding this project should be addressed to the Project Manager, Mr. Warren T. Clarke, 912-652-5163. CONTRACTUAL QUESTIONS should be addressed to Ms. Leila Hollis, 912-652-5105.) NOTE: ALL REQUESTS FOR SOLICITATIONS MUST BE MADE IN WRITING AND RECEIVED NOT LATER THAN 06/29/98. A LIMITED NUMBER OF SOLICITATIONS WILL BE PREPARED AND ISSUED ON A FIRST COME-FIRST SERVED BASIS. THE NUMBER OF SOLICITATIONS WILL BE LIMITED TO ONE (1) PER FIRM. STATE AREA CODE, TELEPHONE NUMBER AND FAX NUMBER, STREET ADDRESS AND NINE-DIGIT ZIP CODE IN REQUESTS. REQUESTS MAY BE FAXED TO 912-652-5828. PLANS AND SPECIFICATIONS ARE AVAILABLE MONDAY THROUGH FRIDAY 8:30 A.M. TO 5 P.M., 100 WEST OGLETHORPE AVENUE, SAVANNAH, GEORGIA 31401-3640. (0166)

Loren Data Corp. http://www.ld.com (SYN# 0115 19980617\Y-0021.SOL)


Y - Construction of Structures and Facilities Index Page