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