|
COMMERCE BUSINESS DAILY ISSUE OF MAY 5,1997 PSA#1838General Services Administration, PBS, Services Contracts (6PMF-S), 1500
E Bannister Rd, Rm 2201, Kansas City, MO 64131-3088 Z -- IDIQ MULTIPLE AWARD TASK ORDER CONTRACT STATE OF IOWA SOL
GS-06P-97-GYD-0031 DUE 062597 POC Susan Johnson, 816-823-2281, Mitchell
R. Akers, 816-823-2275 Request for Proposals Notice for Indefinite
Delivery Indefinite Quantity Multiple Award Task Order Contract for
Construction in the State of Iowa. Locations to be included in the
contract are all points east of Highway 169 and the cities of Carroll,
Creston, Spencer and Storm Lake. Job PCN: RIA71421. Issue Request for
Proposals: 5/26/97. Receive Proposals: 6/25/97. Estimated Cost Range:
$2,000 -- $5,000,000 per each task order. Guarantee Minimum: $5,000,
Anticipated Maximum: $1,200,000. Time for completion: 365 calendar days
after award. Typical task order could contain some or all of the
following: Modifications to architectural components including but not
limited to: ceilings, walls, floors (including access floor systems),
roofing systems, millwork, and wall coverings. Work also includes
modifications and replacement of mechanical systems to include but are
not limited to: air handling units, chillers, boilers, ductwork
systems and accessories, piping systems including pumps, HVAC system
controls, fire protection sprinkler systems and accessories, and
plumbing equipment/accessories. Work also includes electrical systems
to include but not be limited to: lighting systems, primary and
secondary power distribution systems, and transformers. Special
competencies will be required for any work involving membrane roofing,
asbestos abatement, PCB removal and/or elevator work. The Government
will award up to 5 Indefinite Delivery Indefinite Quantity contracts
under this solicitation. Each award will be for one year. There will
also be four additional one year options. The award of a firm-fixed
price task order will result from this solicitation. It is anticipated
that future proejects will be awarded on a task order to the one
Contractor (of the five awardees) who offers the lowest lump sum price.
This is a competitive negotiated acquisition. Proposals will be
evaluated based on technical merit and pricing. The Government intends
to use the "greatest value concept" in making the selections. The
"greatest value concept" is a method of evaluating price and other
related factors specified in the solicitation; with the goal being to
select the proposal that offers the greatest value to the Government in
terms of performance and other factors. The Request for Proposal (RFP),
contains Construction Contract Clauses, Labor Standards, Solicitation
Provisionl, Proposal Submittal Requirements, Evaluation Factors and
Plans and Specifications to be bid (a lump sum price) as the pricing
component of the RFP. All requests for the RFP must be in writing.
There will be a Pre-Proposal Conference on or about 6/12/97. Proposals
shall be received in this office on 6/25/97. Only one proposal may be
submitted by each offeror. Offerors should submit proposals that are
acceptable without additional explanation or information, as the
Government may make a final determination regarding a proposal's
acceptability solely on the basis of the initial proposal submitted.
The Government may proceed to award without dicussion. However, the
Government may request additional information from offerors that it
considers having a reasonable chance of being selected and may discuss
proposals with the offerors. Two factors will be considered: a
technical evaluation factor and price. The elements that make up the
technical evaluation factor, in order of importance area: (1)
Experience and Past Performance of the Firm, (2) Qualifications of Key
Personnel, and (3) Management and Technical Approach. The price factor
is not as important as the technical evaluation factor. As proposals
become more equal in the technical merits, price becomes more
important. Technical questions should be directed to the Project
Manager, Perry Boeschen, at (816) 823-2254. The proposed procurement
listed herein is set aside for small business. See Numbered Note 1.
(0121) Loren Data Corp. http://www.ld.com (SYN# 0157 19970505\Z-0044.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|