|
COMMERCE BUSINESS DAILY ISSUE OF JULY 28,1997 PSA#1896U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-CT (PLANS ROOM NO.
1000A), P. O. BOX 2288 MOBILE ALABAMA 36628-0001, OR 109 ST. JOSEPH
STREET MOBILE AL 36602 F -- DEBRIS MANAGEMENT SOL DACW01-97-R-0089 DUE 091797 POC Karen
Johnson (334) 441-5581, CONTRACTING OFFICER, Toni S. Carney (Site Code
W31XNJ) Request for Proposal (RFP) for Debris Management to include
removal, reduction and reduction site management associated with
natural disaster emergency responses supported by the U. S. Army Corps
of Engineers within the geographic boundaries of the South Atlantic
Division. Up to seven contracts will be awarded as a results of this
RFP, one each for the states of Alabama, Florida, Georgia, Mississippi,
North Carolina, South Carolina, and Virginia. Each contract will
provide for primary performance in the given state but will allow work
to be ordered in any of the above named states. Each contract will
include a performance period of a one (1) year base period and provide
for four (4) option years. Offers must be held open through 30
November 1997 with the government reserving the right to exercise
option years until 30 November of subsequent years, regardless of when
the base years or option years expire. Funds are not presently
available to award these contracts. Awards will not be made unless and
until funds become available from the Federal Emergency Management
Agency (FEMA). A new RFP will be issued in FY98 for contracts for
states that were not awarded as a result of this RFP. Although
prospective offers can compete for the contracts for any or all of the
aforementioned states, offers will be limited to award of a single
contract for a single state. The resultant contracts will be Indefinite
Delivery-Indefinite Quantity (IDIQ) contracts which will provide for
issuance of fixed-price as well as cost-reimbursable Task Orders.
Fixed-price work will include equipment rental as well as cubic yard
(CY) rates. The total of all Task Orders issued is estimated to be not
more than $20,000,000.00 per base year and each option year for an
overall estimated total, including option years, of $100,000,000.00 per
contract. This is a best value acquisition with past performance,
management plan, location of offeror, subcontracting to small, small
disadvantaged and small woman-owned business concerns, hiring and
subcontracting in the identified disaster geographic areas, and price
as the evaluation criteria. Large business concerns must submit
proposed subcontracting plans with their offers. Subcontracting plans
should reflect a minimum subcontracting goal of 65% for small business,
30% for small disadvantaged business and 5% for small women-owned
business concerns. All responses should be directed to Ms. Karen
Johnson. No telephone requests. Only written or faxed requests
(334/694-4343) received directly from the requestor are acceptable.
Refer to solicitation number in request. Bid documents will be
available on or about 14 August 1997. All responsible sources may
submit an offer which shall be considered. (0204) Loren Data Corp. http://www.ld.com (SYN# 0038 19970728\F-0001.SOL)
F - Natural Resources and Conservation Services Index Page
|
|