Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1996 PSA#1520

38 LS/LGCVE, 4008 Hilltop Rd, Tinker AFB OK, 73145-2713

Z -- CONSTRUCTION SUPPORT SERVICES FOR MINOR FACILITIES CONSTRUCTION, ELECTRICAL/HVAC/COMMUNICATIONS SUPPORT WORK, MINOR EXTERIOR ILITY WORK SOL F34608-96-R0003 DUE 032696 POC MSgt David W. Vivian,Contracting Officer, (405) 734-9797. The Government is soliciting proposals for award of a Construction Support Services Contract (CSSC), to provide minor construction in support of Command, Control, Communications, Computer and Intelligence (C4I) projects in the 48 contiguous states. The CSSC initiative will provide supplemental support to the HQ 38th Engineering and Installation (E&I) units and its customers by providing contract services for: a. Minor Facilities Construction, b. Electrical/HVAC/Communications Support, and c. Minor Exterior Utility Support. Typical Minor Facilities Construction will include services to install/modify/remove existing rooms, walls, windows, doors, ceilings, carpet, tile, acoustical materials, security doors, perform building/wall penetrations, patch and repair walls/buildings. Typical Electrical/HVAC/Communications Support will include services to install/modify/remove junction boxes, outlets, interior raceways, equipment racks, conduits, splicing, terminating, AC/DC power distribution, quick disconnect switches, ground rods, ground wire, ground systems, uninterruptible power supplies (UPS), lighting, physical security systems, pre-wiring, AC filters, lightning protection systems, heating, air conditioning, humidifiers, ventilation systems, and fire protection systems. Typical Minor Exterior Utility Support will include services to install/modify/remove existing underground utilities, weather resistant enclosures, manholes, handholes, rod ducts and pull ropes, underground ducts, seal ducts, cap ducts, stub out ducts, concrete pads, plywood backboards, utility poles and stub poles, minor painting, mark underground structures after installation, and re-sod or regress installation areas. Additional services include cut and patch paved areas, roads, bore under roads and runways, plow, trench and backfill. The Government may provide some materials as Government Furnished Property. Site surveys may be required based on the level of difficulty of the project. The Davis-Bacon Act will be applicable. All sources that received a copy of the Draft Request for Proposals will receive a copy of the RFP. Interested sources who desire to be added to the mailing list are to submit IN WRITING: Name of organization, address, point of contact, phone number, and FAX number, business size (large, small, small disadvantaged, woman- owned), and whether U.S. OR FOREIGN OWNED. NOTE: FAILURE TO PROVIDE ALL INFORMATION MAY RESULT IN YOUR NOT BEING ADDED TO THE MAILING LIST. PHONE REQUESTS WILL NOT BE HONORED. Foreign disclosure review has not been completed. It is anticipated this acquisition will be restricted to U. S. Owned Companies. The final decision on foreign disclosure will be reflected in the RFP. The contract will be Indefinite Delivery/Requirements, for two years (Base year + one 12 month option). The proposal submission time will be 30 days after issuance of the RFP. The Government has no intention of granting any extensions. The Government intents to award without discussions. Submit written requests to be added to the bidders mailing list to: MSgt David Vivian, 38LS/LGCVE, 4008 Hilltop Rd Ste 112, Tinker AFB OK 73145-2713. It is the Government's utmost intention to issue a quality contract and obtain quality services and workmanship. All responsible sources may submit a proposal that shall be considered by the agency. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Colonel Claude E. Messamore,Jr. at (617) 377-5106. The Ombudsman should only be contacted with issues or problems that have previously been brought to the attention of the program manager and/or the contracting officer and could not be satisfactorily resolved at that level. (0026)

Loren Data Corp. http://www.ld.com (SYN# 0097 19960129\Z-0001.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page