Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 25,1997 PSA#1789

USP&FO FOR ARKANSAS, ATTN: DSS-PC, BLDG 7100, CAMP JOSEPH T. ROBINSON, NO LITTLE ROCK AR 72199-9600

Z -- JOB ORDER CONTRACT FOR THE ARKANSAS AIR NATIONAL GUARD AT FORT SMITH AND FORT CHAFFEE GUNNERY RANGE, ARKANSAS SOL DAHA03-97-R-0001 DUE 050697 POC Contract Specialist STEVEN M. WILLIAMS (501) 212-4401 (Site Code DAHA03) Job Order Contract (JOC). The JOC is for a broad range of maintenance, repair and minor construction work on real property for the Arkansas Air National Guard at the ANG Facility, Fort Smith, Arkansas. The contract will be an indefinite delivery-indefinite quantity type contract and will include a wide variety of individual construction tasks as identified by the Base Civil Engineer. The contractor will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish the project. Individual jobs will vary in size and complexity and will include but will not be limited to tasks in a variety of trades, including carpentry, road repair, roofing, excavating, interior electrical, steam fitting, plumbing, sheet metal, painting, demolition, concrete masonry and welding. During the contract period, the Air Guard will identify construction tasks required to complete each specific job. Delivery orders shall be issued based upon these individual projects. The performance period will be a twelve month basic period with four (4) twelve month option periods to be executed at the Government's option. Individual performance periods will be contained in each delivery order. Delivery orders shall not exceed a cumulative amount of $5,000,000.00; individual orders shall not exceed $300,000.00. minimum guaranteed value of the contract is $5,000.00. This procurement will be accomplished by using ``Two-Step Sealed Bidding'' procedures. Step one requires the offeror to submit a technical proposal. The technical proposal shall not include prices or pricing information. The Government will evaluate and, if necessary, discuss the technical proposal with the offeror to determine the acceptability of the services offered. All responsible sources may submit a proposal which shall be considered. Offerors shall be evaluated in three general areas, with in-depth examinations made of each. These areas are listed below in descending order of relative importance in the evaluation process. Items listed within each area are in descending order of importance for that area. Area A: Company Experience/Past Performance: Area B: Project Management Ability: Item 1: key Project management Staff; Item 2: Quality Control Plan; Item 3: Financial Capability; Item 4: Technical Support Staff; Area C: Subcontracting Support Capability: Item 1: Subcontract Management; Item 2: Identification of Key Subcontractors; Item 3: Purchasing System/Level of Subcontracting. General Evaluation Criteria. Technical evaluations will be made independent of each other. Request for Technical Proposal No. DAHA03-97-R-0001 will be issued o/a 19 March 1997, with responses due o/a 6 May 1997. Only written requests for the Technical Proposal requirements package will be accepted. Forward request to USPFO for Arkansas, Attn: DSS-PC (Steve Williams), Camp Robinson, North Little Rock, Arkansas 72199-9600. Offerors should submit technical proposals that are acceptable without additional explanation or information. The Government may make a final determination regarding a proposal's acceptability solely on the basis of the proposal as submitted, and the Government may proceed with the second step without requesting further information from any offeror. However, the Government may request additional information from offerors on technical proposals that could reasonably be made acceptable. At the conclusion of the technical evaluation, offerors not being selected will be forwarded a notice of unacceptability. Step two involves the submission of ``priced'' bids. The names of the firms submitting acceptable technical proposals will be listed in the Commerce Business Daily for subcontracting purposes. An invitation for Bid (IFB) shall be issued only to those firms that were determined technically acceptable under Step One procedures. Each bid received in the second step must be based on the offeror's own technical proposal as submitted under Step one procedures. A pre-proposal conference is tentatively scheduled for 9 April 1996 at the Arkansas Air National Guard Facility, Fort Smith, Arkansas. This procurement is open to large as well as small business firms (unrestricted). (0052)

Loren Data Corp. http://www.ld.com (SYN# 0229 19970225\Z-0057.SOL)


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