Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 20, 2001 PSA #2981
SOLICITATIONS

Z -- FY02 INDEFINITE DELIVERY INDEFINITE QUANTITY CONSTRUCTION SERVICES CONTRACT WITH TIME AND MATERIALS CAPABILITY UNDER THE JURISDICTION OF THE HONOLULU ENGINEER DISTRICT.

Notice Date
November 16, 2001
Contracting Office
US Army Corps Of Engineers -- Honolulu, Building 230, Fort Shafter, HI 96858-5440
ZIP Code
96858-5440
Solicitation Number
DACA83-02-R-0002
Response Due
December 21, 2001
Point of Contact
Richard Phillips, 808-438-8577, FAX 808-438-8588
E-Mail Address
US Army Corps Of Engineers -- Honolulu (rich.h.phillips@poh01.usace.army.mil)
Description
FY02 INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONSTRUCTION AND SERVICES CONTRACT WITH TIME AND MATERIALS CAPABILITY, PACIFIC OCEAN DIVISION AREA OF RESPONSIBILITY SOL DACA83-02-R-0002. Solicitation will be issued on/about 122101. This solicitation i s restricted to 8(a) firms serviced by the U.S. Small Business Administration (SBA), Hawaii District Office. Also eligible are 8(a) firms that are not serviced by the U.S. Small Business Administration s Hawaii District Office, but have a verifiable offic e and employees located within the geographic area served by the US SBA Hawaii District Office at the time of this announcement, are also eligible to submit offers. The North American Industry Classification Code for this acquisition is 233320. This propo sed IDIQ contract is to provide rapid response to a broad range of maintenance, major repair, and minor construction work relating to, but not limited to civil, architectural, mechanical, plumbing, structural, electrical, heating, ventilation and air condi tioning (HVAC), and safety within U.S. Army Engineering Division, Pacific Ocean s area of responsibility. The work will primarily be located within the area of responsibility of the Honolulu Engineer District and possibly, the Alaska Engineer District. M ultiple awards (three contracts) will be awarded as a result of this solicitation. Task orders will be issued on the basis of Firm-Fixed-Price (FFP), FFP Investigation/Repair, or Time and Material. The contractors will be required to furnish all labor, m aterials, permits, equipment, and services necessary to manage and accomplish designated deliveries, recommending a solution, and remediating the problem in a timely and efficient manner. A task order requirement may entail development of a work plan, whi ch identifies work to be performed, new equipment and materials to be installed, work procedure, and management approach. The selected contractor may then be required to implement the work plan. Upon completion of the work, a contractor may be required t o prepare documentation on operation and maintenance, training, warranties, and other required items under a separate task order. The duration of the contract will initially be a 12-month base period with three 12-month options. The dollar value of each contract during the base period is a guaranteed minimum amount of $50,000 with an estimated maximum of $7,500,000. If an option is exercised, the guaranteed minimum and the estimated maximum amount for the option period are $25,000, and $7,500,000, respec tively, for each contract awarded. Performance and payment bonds will be required for this project. The Government intends to award contracts to three responsible offerors whose proposals have been determined to represent the best value to the Government , price and technical proposal considered. Evaluation of technical proposals will include consideration of technical approach and management plan. The prime 8(a) contractor s mentor (in a mentor-protegee arrangement) or major subcontractor (in a teamin g effort) may be evaluated as part of the technical and management proposals. The solicitation will require a written agreement for all mentor-protegee arrangements and teaming efforts with a separate written assurance of the continuation of said arrang ement throughout the life of the contract unless dissolution/substitution is granted by prior written approval of the Contracting Officer. Technical factors include: 1) Experience and Capabilities, 2) Performance Risk, and 3) Technical Approach. Managem ent factors include: 1) Organization and Personnel Qualifications, 2) Cost Control, and 3) Corporate Experience and Support. After award of three (3) contracts, each awardee shall be provided a fair opportunity to be considered for each task order, excep t under those circumstances described in FAR 16.505(b)(2). Factors to be used for the task order award will vary depending on the requirements. Factors may in clude, but not limited to, past performance on earlier task orders, quality of deliverables, cost control, price, cost, or other factors that the Contracting Officer believes are relevant. Solicitation to be issued on/about December 20, 2001, utilizing El ectronic Bid Sets (EBS). Traditional hard copies of plans and specifications will not be available for this solicitation. Documents will be provided on Compact Disks-Read Only Memory (CD-ROM) for a non-refundable charge of $67.92. Solicitation documents shall be requested through any of the following methods only: a) mail requests to: Document Automation & Production Service (DAPS), Attn: Army Corps Solicitation, 1025 Quincy Avenue, Suite 200, Pearl Harbor, Hawaii 96860-4512; b) via courier service to : DAPS, Attn: Army Corps Solicitation, Building 550, Pearl Harbor, Hawaii 96860-5120; or c) via facsimile (if paying by credit card) to (808) 473-2604. Requests must state company name, address, telephone number, facsimile number, solicitation number, p roject title, and company designation (prime contractor, subcontractor, supplier, or plan room). Envelope front must show the solicitation number. Checks shall be made payable to Superintendent of Documents. Facsimile requests must state (1) the above r equired company information, and (2) cardholder s name, account number, and card expiration date. VISA and MasterCard are the only credit cards accepted. Firms requesting air express service shall furnish completed airbills showing recipient s name, comp any name, telephone number, company billing account number, and type of delivery required. Firms with foreign delivery addresses shall provide completed commercial or corporate invoices in addition to the completed airbills. Failure to supply completed a irbills and commercial or corporate invoices (if applicable) will result in solicitation documents being sent via regular U. S. mail. Failure to provide any of the foregoing information, documents, and/or payment may delay mailing of solicitation document s. SUMMARY: 1. Send all requests and payments to the DAPS addressed above. Do not send to the U. S. Army Engineer District, Honolulu. 2. Solicitation documents will no longer be available for purchase over the counter from the U. S. Army Engineer Dist rict, Honolulu, nor will they be available for purchase or pick-up over the counter at DAPS. 3. Allow up to five days from the date DAPS receives requests for solicitation documents to be mailed out. 4. Address inquiries regarding issuance of solicitat ions, amendments, and plan holder listings to DAPS at (808) 473-1229. Address technical and all other inquiries to the points of contact identified in this document. Firms with Internet access are requested to obtain plan holder listings from DAPS websit e @ http://www.hawaii.wnbt.daps.mil/ARMY/corps.htm. Project information can be obtained from the Honolulu Engineer District Contracting website @ http://www.poh.usace.army.mil/pohct. (Click on Advertised Solicitation at the bottom frame to view solicitat ion information.) (W-074 SN434279) Email: rich.h.phillips@poh01.usace.army.mil URL: http://www.poh.usace.army.mil/pohct.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011120/ZSOL011.HTM (D-320 SN5132F4)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on November 16, 2001 by Loren Data Corp. -- info@ld.com