Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 5,1997 PSA#1838

General 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