Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19,1999 PSA#2479

USAED, Walla Walla, ATTN: CENPW-CT, 201 North Third Avenue, Walla Walla, WA 99362-1876

Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) SOL DACW68-00-R-0001 DUE 010500 POC To order a CD, interested firms may either (1) fax requests, complete with company information, shipping address, point of contact, phone number, fax number, and business size, to Barb Hackett at 509/527-7802, (2) email requests, containing all information, to the address below, or (3) register via the Walla Walla District's Web Page at the URL listed below. WEB: Advertised Solicitations, http://www.nww.usace.army.mil/ebs/asp/advertisedsolicitations.asp. E-MAIL: INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE, barbara.a.hackett@usace.army.mil. THE SOLICITATION DOCUMENTS, INCLUDING ANY DRAWINGS, WILL BE AVAILABLE ON CD ONLY. THIS PROCUREMENT IS 100% SET ASIDE FOR SMALL BUSINESS. The Walla Walla District intends to award two (2) and possibly as many as five (5) construction support services contracts to provide general construction services such as mechanical, electrical, structural, soils and geotechnical, and concrete work, and when warranted, fast-track assistance in the form of design-build and/or construct-as-designed projects. The number of contracts to be awarded will be determined at the time of selection. Individual Task Orders (TO) to be issued under each awarded contract will typically be Firm Fixed Price (FFP) but, Cost Plus Fix Fee (CPFF), or Time and Materials (T&M) may be used. While these MATOCS are intended primarily for the support and mission of the Walla Walla District, the contractor may also be requested to perform similar services encompassing the geographic boundaries of the North Pacific Region, which also includes Portland and Seattle Districts. Proposed contracts shall be for one base period Not-To-Exceed $5 Million, with the potential of $15 Million over the three- (3) year life of the contract. In the event the $5 Million value for the base period (or first option period) has been exhausted or nearly exhausted, the option period(s) may be exercised at the discretion of the Government before the expiration of the base contract period (or proceeding option period). Proposals will be evaluated solely on the evaluation criteria contained in the solicitation as follows: (1) Technical Evaluation Factors, including past performance, and (2) Cost or Price Evaluation Factors. The Technical Evaluation is considered to be more important than Cost or Price. A Best Value Analysis will be made through submission of a technical/cost proposal for a hypothetical project. The intent is to evaluate each proposal on the basis of a "best value" analysis for the project as a whole. As requirements develop, it is the Government's intentto issue task orders with all contractors to evenly distribute work and monetary value as much as possible. However, a task order may be placed with one contractor if the other contractor(s) do not have the capacity to complete the order in the required time period or if the other contractor(s) have performed unsatisfactorily on previous orders under the subject contract. Award of competitive TO's may be based on either best value or low price. The Standard Industrial Classification code (SIC) for this acquisition is 1629. The small business size standard is average annual receipts for the previous three fiscal years must not exceed $17,000,000. All responsible small businesses may submit an offer, which may be considered. Posted 11/17/99 (W-SN401643). (0321)

Loren Data Corp. http://www.ld.com (SYN# 0101 19991119\Z-0002.SOL)


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