Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 4,1999 PSA#2254

Operational Contracting Office, 8110 Industrial Dr., Suite 200, USAF Academy, CO 80840-2315

Z -- WOOD REFINISHING (TO MATCH EXISTING) THROUGHOUT THE USAF ACADEMY. ESTIMATED 45% MILITARY FAMILY HOUSING WORK AND 55% NON-MILITARY FAMILY HOUSING WORK. INDEFINITE DELIVERY INDEFINITE QUANTITY, (IDIQ), BASE YEAR AND 4 OPTION YEARS. SOL F0561199B9001 DUE 021699 POC Patrick D. Moore (719) 333-2734/Contracting Officer, Margaret Wages, (719) 333-4742 Wood refinishing (to match existing) at the Air Force Academy CO. The proposed project includes but is not limited to, repair or replacement of wood floors, (hardwoods) stairs, stair treads, risers, hand railings, transition strips, thresh holds, and bleachers/benches throughout the Air Force Academy, CO., on as needed basis. Floor replacement, court striping, logos and lettering shall also be required. The contractor shall provide all personnel and equipment, tools, materials, supervision and other items and services necessary to perform these functions. Contract type will be an Indefinite Delivery Indefinite Quantity (IDIQ) and all work will be awarded by the issuance of delivery orders (DO). The performance period is one year from date of award plus 4 one-year options exercised unilaterally by the Government if they chose to. An estimated range will be between $500,000.00 and $1,000,000.00. The minimum guarantee will be $5,000.00 for the base year "ONLY", and an estimated maximum over the term of the contract is $1,000,000.00. The resultant contractor will be permitted storage on-site in a pre-designated contractor storage yard. The applicable SIC is 1752 and the small business size standards for this solicitation is one where the average annual receipts of the concern and its affiliates for the preceding three fiscal years does not exceed $7 Million. This solicitation is being competed as an unrestricted solicitation in accordance with the Small Business Competitive Demonstration Program and will include procedures for evaluation preference for Small Disadvantaged Business concerns. Woman-owned (W/O) and Small Disadvantaged Businesses (SDB) are encouraged to submit bids. If the apparent low contractor is a large business, an acceptable subcontracting plan will be obtained prior to award. Responsible sources may request a copy of the solicitation by written request or via fax (719-333-4404), indicating the following minimum information: solicitation number, project title, company name, street mailing address (no P.O. Box will be accepted), company point of contact, phone and fax numbers, business size, (large, small, W/O, or SDB) and whether your company is a prime or subcontractor. Requestors failing to provide this minimum information will not be issued a solicitation. Concerns may view the solicitation at this address or local plan rooms if copies are no longer available. NOTE: The solicitation will be issued in hard copy only. Only 65 copies will be available on a first come first served basis with the first 15 copies reserved for those firms identifying themselves as prime contractors with intentions to bid. Tentative release date of the solicitation will be made on or about 16 Jan 99. (Central Contractor Registration (CCR) is mandatory prior to contract award).***** Posted 12/30/98 (W-SN284146). (0364)

Loren Data Corp. http://www.ld.com (SYN# 0069 19990104\Z-0001.SOL)


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