COMMERCE BUSINESS DAILY ISSUE OF JULY 19, 2001 PSA #2896
SOLICITATIONS
Z -- SOURCES SOUGHT/MODIFICATION TO CBD NOTICE FOR MILITARY DISTRICT OF WASHINGTON JOB ORDER CONTRACT
- Notice Date
- July 17, 2001
- Contracting Office
- USA Garrison Fort Belvoir, MDW Acquisition Center, 9410 Jackson Loop -- Ste 101, Ft Belvoir, VA 22060-5134
- ZIP Code
- 22060-5134
- Solicitation Number
- DADW35-01-R-0022
- Point of Contact
- Contract Specialist; Ms. Sandy Bruce; (703) 806-4438
- Description
- This is a Modification to the Commerce Business Daily (CBD) Submission No. 50O1T5 dated 7 June 2001, regarding the U.S. Army Military District of Washington Acquisition Center's (MDWAC) intent to issue a solicitation for a Job Order Contract (JOC) for Maintenance, Repair and Minor Construction Projects at Fort Belvoir, Virginia; Fort A. P. Hill, Virginia; Fort Myer, Virginia; Fort Meade, Maryland; and Fort Hamilton, New York; as well as all U.S. Satellite and Reserve Centers associated with each of these installations. The MDWAC is seeking SBA 8(a) certified firms capable of performing this requirement. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential 8(a) sources prior to issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Types of projects to be procured under the JOC are as follows: (a) building alterations and renovations; (b) building repairs; (c) new utility services to structures; (d) replacement of utility services; (e) pre-engineered structures; and (f) incidental items; i.e., asbestos removal, exterior painting, roof repairs, gutters and downspouts, pavements, curbs and gutters, walks, exterior lighting, landscaping, erosion control, and lead paint abatement. This will be an Indefinite-Delivery Indefinite-Quantity contract for a base period of one year with four one-year options. The JOC will include units of measure and pre-established unit prices established by the R. S. Means Facilities Construction Cost Data Book, as well as the contractor's coefficient(s) to be applied to these prices. The Contractor MUST have the ABILITY TO MANAGE several projects simultaneously at multiple sites. There are approximately 37 geographic locations spread over the states of Maryland, Virginia, West Virginia, Delaware, and New York, as well as the District of Columbia. The magnitude of this requirement is estimated between $25,000,000 and $100,000,000 (base year with four one-year options). The North American Industrial Classification (NAICS) Code is 233320 (SIC Code 1542) with a size standard of $27.5 million. The Contractor MUST have the capability to obtain bonding in the amount of at least $25,000,000. It is requested that interested 8(a) firms submit to the contracting office a brief capabilities statement package (no more than 25 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requirement described above. The page limitation cited is not inclusive of resumes/personnel information. This documentation shall address, as a minimum, the following: (1) prior/current corporate experience in performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether the prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to this requirement; (2) company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current 8(a) status; (3) resources available such as corporate management and current-employed personnel to be assigned to the project to include professional qualifications and specific experience of such personnel; (4) management approach to staffing this effort with qualified personnel that should address current hires that would be available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; and (5) a statement regarding capability to obtain the required bonding. The capability statement package shall be sent by mail to the following address: Military District of Washington Acquisition Center; Attn: Ms. Sandy Bruce; 9410 Jackson Loop, Suite 101; Fort Belvoir, VA 22060. Submissions must be received no later than 4:00 p.m. Eastern Standard Time on 27 July 2001.
- Record
- Loren Data Corp. 20010719/ZSOL041.HTM (W-198 SN50S0F6)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on July 17, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|