Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 7,1998 PSA#2236

GSA, DC South Service Delivery Team (WPK), 7th & D Streets SW, Room 2670, Washington, DC 20407

Z -- MULTIPLE AWARD IDIQ 8(A) TERM CONSTRUCTION CONTRACT WITH LIMITED DESIGN CAPABILITIES WITHIN ALL LOCATIONS THROUGHOUT THE NATIONAL CAPITAL REGION SOL GS11P99MQD0013 DUE 020899 POC Delores Peterson/Patricia Taylor, 202-708-7431/202-708-7413 E-MAIL: SOLICITATION NO. GS11P99MQD0013, michael.vrobel@gsa.gov. Request for Proposals Notice for Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contract for Construction in the National Capital Region (NCR), Washington, DC Metropolitan Area, GS11P99MQD0013. Issue Request for Technical Proposals (Phase I): 01/07/99. Receive Technical Proposals: 02/08/99. Estimated Cost Range: $2,000.00 -- $6,000,000.00 per task order. Guaranteed Minimum: $100,000. Anticipated Maximum: $6,000,000.00. Time for Completion: 365 calendar days after award. Typical task order could contain some or all of the following: Modifications to architectural components including but not limited to: ceilings, walls, floors (including access floor systems), roofing systems, millwork, and wall coverings. Work also includes modifications and replacement of mechanical systems to include, but not be limited to: air handling units, environmental services, chillers, boilers, ductwork systems and accessories, piping systems including pumps, HVAC system controls, fire protection sprinkler systems and accessories, and plumbing equipment/accessories. Work also includes electrical systems to include but not be limited to lighting systems, primary and secondary power distribution systems, and transformers. Special competencies will be required for any work involving membrane roofing, asbestos abatement, PCB removal and/or elevator work. The Government will award up to five (5) Indefinite Delivery Indefinite Quantity contracts under this solicitation. Each award will be for one year. There will also be four additional one-year options. The award of a firm-fixed price task order will result from Phase II of this solicitation. It is anticipated that future projects will be awarded on a task order basis to the one contractor (of the five awardees) who offers the lowest lump sum price. This is a competitive 8(A) negotiated acquisition. Proposals will be evaluated using a Two-Phase process. Phase I will be technical evaluation; Phase II will be for pricing. The Government intends to use the "greatestvalue concept" in making selections. The "greatest value concept" is a method of evaluating price and other related factors specified in the solicitation, with the goal being to select the proposal that offers the greatest value to the Government in terms of performance and other factors. Phase I, Request for Technical Proposal (RFTP), contains Construction Contract Clauses, Labor Standards, Solicitation Provisions, Proposal Submittal Requirements and Evaluation Factors. This RFTP will be issued on or about 01/07/99. All requests for the RFTP must be in writing. Proposals shall be received in this office on or about 02/08/99. Specific date and time shall be specified in the RFTP. Only one proposal may be submitted by each offeror. Offerors should submit proposals that are acceptable without additional explanation of information, as the Government may make a final determine regarding a proposal's acceptability solely on the basis of the initial proposal submitted. The Government may proceed to Phase II without discussion. However, the Government may request additional information from offerors that it considers having a reasonable chance of being selected to participate in Phase II and may discuss proposals with the offerors. The Government will evaluate Phase I submissions to establish those within a "competitive range". Only those firms within the competitive range will be invited by the Government to provide Phase II submissions, consisting of pricing (a lump sum price) and any special requirements defined in the specifications. Two factors will be considered: a technical evaluation factors and price. The elements that make up the technical evaluation factor, in order of importance, are (1) Experience and Past Performance of Firm, (2) Qualifications and Key Personnel, and (3) Management and Technical Approach. The price factor is not as important as the technical evaluation factor. As proposals become more equal in technical merits, price becomes more important. Phase II, Specifications (Bidding Documents) will be available from the General Services Administration at no cost. Technical questions should be directed to the Contracting Officer, Michael J. Vrobel, at (202) 708-7853, extension 412. The proposed procurement listed herein is set aside for small business. The requirement is being solicited through other than full and open competition. Only certified 8(A) firms serviced by the United States Small Business Administration, Washington District Office, SIC Code 1542 will be eligible to submit a response. Responses should be mailed or delivered to the General Services Administration, National Capital Region, Bid Opening Room, Room 1065, Regional Office Building, 7th and D Streets, SW, Washington, DC 20407. There will be public opening of offers. *********** mich Posted 12/03/98 (W-SN276782). (0337)

Loren Data Corp. http://www.ld.com (SYN# 0131 19981207\Z-0011.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page