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