|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1998 PSA#2162U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia
31402-0889 Y -- IDIQ CONSTRUCTION CONTRACT WITH TIME AND MATERIALS CAPABILITIES
FOR GEORGIA SOL DACA21-98-B-0063 POC Warren T. Clarke (Technical
Questions) 912-652-5163; Julie Oliver (Contractual Questions)
912-652-5899 WEB: Corps of Engineers, Savannah District, Contracting,
http://www.usace.army.mil. E-MAIL: Julie M. Oliver,
julie.m.oliver@sas02.usace.army.mil. *****Changes to this
Pre-solicitation Notice are noted with asterisks******DESCRIPTION OF
WORK: STEP ONE OF THIS SOLICITATION WILL BE AVAILABLE ON OR ABOUT
AUGUST 3, 1998, ON THE INTERNET AT: http://www.sas.usace.army.mil/ebs/.
DESCRIPTION OF WORK: This will be an indefinite quantity, multi-task
construction contract with prime contractor fixed labor rates for a
wide variety of maintenance, repair, and minor new construction tasks.
Work will be performed at (or in the vicinity of) Georgia. This
includes primarily various Reserve Centers, Ft. Benning, Robins Air
Force Base, Dobbins Air Force Base, Fort McPherson, Fort Gillem, Fort
Stewart, Moody Air Force Base, Hunter Army Airfield, FLETC, Savannah
Harbor, and Brunswick/Kingsbay Harbors. There is potential for tasks
supporting other Federal Agencies within the Sate of Georgia, and for
supporting recovery from national disasters in the State of Georgia and
neighboring states. The contract is to provide expeditious execution of
task orders for general construction or remediation of real property
type work, which will vary from site to site. The Contracting Officer
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 executed at the discretion of the Government. The
ordering period will be for one (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 and for each additional 12-month period is
$4,000,000. 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 to the Contractor a minimum of $80,000 for
the base year and $40,000 for each option period as the options are
exercised. This guaranteed fee is an obligation at the time of award
and, as such, will be fully funded upon contract award. The Contractor
will be required to furnish all plant, labor, materials, permits,
equipment, personnel, and service 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 solicitation. The
following technical evaluation criteria will be used for selection:
(1) prime contractor's past performance with various sub-items, (2)
prime contractor's experience with various sub-items, (3) prime
contractor's management with various sub-items. 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 is tentatively schedule for August 12, 1998. Proposals from
large business firms must comply with FAR clause 52.219-9 regarding
the requirement for submission of a subcontracting plan. Estimated cost
range of project is from $5,000,000 to $25,000,000. Network Analysis
System will be required. ***********BIDDING ON THIS SOLICITATION IS
RESTRICTED TO SMALL BUSINESS CONCERNS, $17,000,000 SIZE STANDARD AS
DEFINED BY THE SMALL BUSINESS ADMINISTRATION.******** NOTE: ALL
REQUESTS FOR SOLICITATIONS MUST BE MADE IN WRITING AND RECEIVED NOT
LATER THAN JULY 24, 1998. REQUESTS MAY BE FAXED TO 912-652-5828.
DOCUMENTS WILL BE ISSUED ON A FIRST COME FIRST SERVED BASIS UNTIL
SUPPLY IS EXHAUSTED. IT HAS BEEN DETERMINED THAT THE NUMBER OF SETS BE
LIMITED TO ONE (1) PER FIRM. (ADDITIONAL COPIES WILL BE THE
RESPONSIBILITY OF THE REQUESTOR.) STATE AREA CODE, TELEPHONE NUMBER,
STREET ADDRESS AND NINE-DIGIT ZIP CODE IN REQUESTS. PLANS AND
SPECIFICATIONS ARE AVAILABLE MONDAY THROUGH FRIDAY, 8:30 A.M. TO 5
P.M., 100 WEST OGLETHORPE AVENUE, SAVANNAH, GEORGIA 31401-3640. Posted
08/17/98 (W-SN237882). (0229) Loren Data Corp. http://www.ld.com (SYN# 0139 19980819\Y-0005.SOL)
Y - Construction of Structures and Facilities Index Page
|
|