Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1996 PSA#1612

US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR ST, FT. WORTH TX 76102-0300

Z -- INDEFINITE QUANTITY CONSTRUCTION CONTRACT FOR CONSTRUCTION AND SERVICES WITH TIME-AND-MATERIAL CAPABILITIES; WHITE SANDS MISSILE RANGE, NM AND FORT BLISS, TX SOL DACA63-96-R-0020 DUE 081596 POC Contract Specialist JOHN H RODGERS 817/885-7058 (Site Code DACA63) Indefinite quantity, multi-task construction and service contract, with time-and-materials provisions and fixed labor rates, for a wide variety of maintenance, repair, and minor construction tasks in support of the Department of Public Works & Logistics, White Sands Missile Range, New Mexico (to include Green River Valley, Utah and Fort Wingate, New Mexico) and Fort Bliss, Texas. The objective of the contract is to provide expeditious execution of task orders for general construction and/or service work which will vary from site to site. Specific task orders will be issued by the Contracting Officer in accordance with the unit price, work schedule and specifications. Contract duration will be an initial 12- month period with options for four additional 12-month periods to be exercised at the discretion of the Government. The maximum estimated contract amount for the base and for all option periods is $14,000,000, which will be divided into $3,000,000 for the base period and each of the first three option periods and $2,000,000 in the fourth option period. The Government will obligate to the contractor a minimum of $60,000 for the base year and $30,000 for each option year (upon exercise of each option year). This guaranteed fee is a recordable obligation at the time of award and, as such, will be fully funded upon contract award. The contractor will be required to furnish all labor, materials, permits, equipment, and services necessary to manage and accomplish designated deliveries, recommending a solution, and remediating the problem in a timely and efficient manner. Task orders will include a variety of trades including (but not limited to) biologist, environmentalist, environmental abatement (asbestos and lead-based paint, technicians, agronomist, computer specialist, carpentry, plumbing, road repair, roofing, excavation, demolition, concrete, topographic surveyors, roofers, masonry, welding, and engineering (general, civil, mechanical, electrical, structural, fire protection, and/or safety). Contractors must have a minimum of two years' related experience and must possess all state and locally required licenses for this type of work within the state of Texas in the area specified in the request for proposal. Offerors will be required to submit cost and technical proposals as stated in the request for proposal. The following technical evaluation criteria will be used for selection: (1) Prime contractor's experience and capabilities (with various subitems), (2) prime contractor's management plan (with various subitems), and (3) price/cost and past performance information. Proposals from large business firms must comply with FAR Clause 52.219-9 regarding the requirement for submission of a subcontracting plan. The Fort Worth District subcontracting goals are for specified percentages of the contractor's total planned subcontract amount to be placed with the following: 52.5% with small business, 8.8% with small disadvantaged business, 3.0% with women-owned small business. the subcontracting plan will be required as a proposal submission item. A preproposal conference will be held during the request for proposal period (details to be provided within the request for proposal). Specifications (no drawings) available at $25.00 per set. Request by mail must include payment in the applicable amount by company check or money order payable to F&A Officer, USAED, FTW and sent to: USACE, ATTN: Room 13A32, Post Office Box 17300, 819 Taylor Street, Fort Worth, Texas 76102-0300. NO EXPRESS MAIL PROCEDURES WILL BE UTILIZED IN INITIAL MAILING OF SPECIFICATIONS. No refunds will be made and materials need not be returned. If this project is canceled or no award is made, cost of specifications will be refunded only upon written request. Request for Proposal to be issued on or about July 1, 1996. Date for receipt of proposals on or about August 15, 1996. Applicable SIC Code is 1542. Small business size standard is $17.0 million. This project will be issued unrestricted. All responsible sources may submit a proposal with will be considered by the agency. See Numbered Notes: 1. (0158)

Loren Data Corp. http://www.ld.com (SYN# 0138 19960607\Z-0002.SOL)


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