COMMERCE BUSINESS DAILY ISSUE OF JULY 12, 2001 PSA #2891
SOLICITATIONS
Z -- 8(A) MULTIPLE AWARD CONTRACT (MAC) FOR CONSTRUCTION, RENOVATION, ALTERATION, AND REPAIRS OF GOVERNMENT FACILITIES IN THE HAMPTON ROADS AREA, VIRGINIA
- Notice Date
- July 10, 2001
- Contracting Office
- Commander, LANTNAVFACENGCOM, 1510 Gilbert Street, Norfolk, VA 23511-2699 (Attn: Code AQ22)
- ZIP Code
- 00000
- Solicitation Number
- N62470-01-R-1083
- Response Due
- August 24, 2001
- Point of Contact
- Printing Assistant, Priscilla Schaefer, 757-444-5968 -- Contract Specialist, Kim Ribaudo, 757-322-8235 or Jennifer L. Breeding, 757-322-8265
- E-Mail Address
- Construction Contract N62470-01-R-1083 (Lowtonjc@efdlant.navfac.navy.mil)
- Description
- This is an indefinite quantity, indefinite delivery, multiple-award construction contract, which is set aside for 8(a) small businesses. This procurement is for one solicitation that may result in multiple awards. A maximum of five (5) contracts will be awarded as a result of this solicitation. Each contract is for a base year and three (3) one (1) year option periods. The maximum annual value of each contract is $5,000,000 per year per contractor. Task order values may range from $100,000 to $2,000,000; however, smaller and larger dollar value projects may be considered. Future task orders will be competed among the awarded contracts. The Government guarantees an award amount of $100,000 to each successful offeror over the full term of the contract to include option years. The contract will provide for construction, renovation, alteration, and repairs of Government facilities in the Hampton Roads area, Virginia. The contractor will provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in each specification. The source selection process has been selected in order to ensure selection of sources evidencing best overall capability to perform the work in a manner most advantageous to the Government. Awards will be made to the offeror offering the best value considering both technical and price, where technical is more important than price. Requirements for the technical Source Selection criteria factors are as follows: (A)Corporate Experience (B) Past Performance, (C) Technical Approach for the Seed Project, (D) Contractor's Capability. The government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest total price; and to award to the proposer submitting the proposal determined by the government to be the most advantageous to the government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Proposers should not assume they will be contacted, or afforded the opportunity, to qualify, discuss, or revise their proposals. The request for proposals will be issued on 25 July 2001. The receipt date for proposals is 24 August 2001 at 2:00 p.m. This solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format on CD ROM. The free Acrobat Reader, required to view the PDF files, is provided on the CD or can be downloaded from the Adobe website. A charge will be made for each CD. The cost is $12.50 for each CD. This price includes priority mail postage. These sets will be made available upon receipt of a written request, and a non-refundable check or money order made payable to the U.S. Treasury. Written requests shall be sent to: DEFENSE AUTOMATED PRINTING SERVICE, ATTN: PRISCILLA SCHAEFER, 1641 MORRIS STREET, BUILDING KBB, NORFOLK, VIRGINIA 23511-2898. Please state area code, telephone number, street address, nine-digit zip code and whether you are participating as a prime or subcontractor. Any inquiries regarding plans and specifications shall be directed to Ms. Priscilla Schaefer at 757-444-5968. A copy of the planholder's list can be obtained on the internet at www.norfolk.sebt.daps.mil. Technical inquiries shall be faxed to 757-322-8264, Attention: Kim Ribaudo, Code AQ229 or Jennifer L. Breeding, Code AQ22T. The North American Industry Classification System (NAICS) Code for this project is 233320 with a size standard of $27,500,000.00. THIS PROJECT IS SET ASIDE FOR 8A SMALL BUSINESSES ONLY.
- Record
- Loren Data Corp. 20010712/ZSOL043.HTM (W-191 SN50R3N6)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on July 10, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|