COMMERCE BUSINESS DAILY ISSUE OF JULY 11,2000 PSA#2639 Department of the Army, Baltimore District, Corps of Engineer, 10 South
Howard Street, Room 7000, Baltimore, MD 21201-1715 Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR VARIOUS
SCHOOL SITES WITHIN THE DISTRICT OF COLUMBIA PUBLIC SCHOOL SYSTEM FOR
ROOFING RENOVATIONS SOL DACA31-00-R-0053 DUE 082400 POC CENAB-CT-C,
Terri Dockery, (410)962-2708 Indefinite Delivery Indefinite Quantity
(IDIQ) contract is required for Roofing Renovations for the District of
Columbia Public Schools System executed by the U.S. Army Corps of
Engineers-Baltimore District. This procurement is being advertised as
a Request for Proposal (RFP). This proposed procurement listed here is
being considered for POSSIBLE SET-ASIDE for SMALL BUSINESS OR HUBZONE
BUSINESS CONCERNS. Standard Industrial Code is 1761, size standard is
$7M. Interested Small Business and HubZone concerns should, as early
as possible but not later than 15 days of this notice, indicate
interest in the acquisition by providing to the contracting office
above a positive statement of eligibility as a Small Business or a
HubZone business concern. If adequate interest is not received from
Small Business or HubZone concerns, the solicitation WILL BE ISSUED AS
UNRESTRICTED. AN AMENDMENT WILL FOLLOW. Therefore, replies to this
notice are greatly encouraged from Small Business and HubZone concerns.
Contractors must show evidence, or positive proof, that required
bonding capacity exists in order to be considered for award. This IDIQ
is for roofing renovations on real property for the District of
Columbia Public School System. The contract type is an Indefinite
Delivery Indefinite Quantity (IDIQ) and will list a variety of roofing
tasks such as: roof insulation, slate roofing, roofing, strip
shingles, clay tile roofing, structural standing seam metal roof,
built-up roofing, elastomeric roofing, modified bitumen roofing,
general sheet metal work, copper sheet metal flashing and asbestos
abatement. After award, individual delivery orders will be issued
against the contract to the successful contractor. The contractor will
be required to furnish all material, equipment and personnel necessary
to manage and accomplish the work in the individual delivery orders.
Individual delivery orders will vary in size with a majority expected
to be a small to medium size. The base contract period will be for
twelve (12) months with one (1) twelve (12) month option year. The
estimated contract amount for the base contract period plus one (1)
option year is between $1,000.000.00 and $5,000,000.00. The Government
may award up to four (4) contracts as a result of this solicitation.
This advertisement is a request for proposal that requires separate
technical and cost proposals to be evaluated for Best Value for award
of the project. The technical evaluation criteria will be established
in the RPF. In order to comply with the Debt Collection Improvement Act
of 1996, all contractors must be registered in the Central Contractor
Registration (CCR) to be considered for award of a Federal contract.
The initial registration date expired 31 May 1998. For information
regarding future registration, contact (1) CCR Web site at
http://www.acq.osd.mil/ec; (2) dial up modem at (614) 692-6788 (User
ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value
Added Network. To review the database, the web site is:
http://www.fedecnavigator.disa.mil. Additionally a paper form for
registration may be obtained from the DoD Electronic Commerce
Information Center at 1-800-334-3414. It is imperative that all small
disadvantaged businesses contact their cognizant Small Business
Administration Office to obtain Small Disadvantaged Business
Certification. Without SBA SDB certification, a prime contractor nor a
federal agency can receive SDB credit when utilizing non-certified SDB
contractors/subcontractors. The RFP package is available for $20.88 per
set, non-refundable. Make company check or money order payable to
USAED-Baltimore and mail to the attention of CNEAB-CT-O, 10 S. Howard
Street, Room 7000, Baltimore, MD 21201, no cash will be accepted. Make
sure checks are marked with the correct RFP number. Questions
regarding this procurement can be directed to Terri Dockery, CENAB-CT-C
at (410)962-2708, fax (410)962-0933, by email at
theresa.s.dockery@nab02.usace.army.mil, or by mail at CENAB-CT-C, Terri
Dockery, P.O. Box 1715, Baltimore, MD 21203-1715. All responsible
sources may submit a proposal, which shall be considered by the agency.
Issuance of project is expected on or about 24 July 2000 with proposals
due on or about 24 August 2000. Posted 07/07/00 (W-SN472573). (0189) Loren Data Corp. http://www.ld.com (SYN# 0148 20000711\Z-0009.SOL)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on July 10, 2000 by Loren Data Corp. --
info@ld.com
|
|
|