|
COMMERCE BUSINESS DAILY ISSUE OF MAY 9,1997 PSA#1842General 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 Invitation Notice for Request for Proposal 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 calender 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 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 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 projects will be awarded on
a task order to the one Contractor (of the five awardees) who offers
the lowest lump sum price. This a competitive negotiated acquisition.
Proposals will be evaluated base 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 Provisions, Proposal Submittal Requirements,
Evaluation Factors and Plans and Specifications to be bid (a lump sum
price) asthe 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 on6/25/97. 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 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 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.
(0127) Loren Data Corp. http://www.ld.com (SYN# 0088 19970509\Z-0033.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|