|
COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1998 PSA#2096USPFO For Nebraska, 1234 Military Road, Lincoln, NE 68508-1092 Z -- BEST VALUE, INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTI-AWARD
TASK ORDER CONTRACT SOL DAHA25-98-R-0002 DUE 070798 POC WO1 Carrie
Hancock, (402) 471-7521, or CW4 Thomas Dahlgren, (402) 471-7520 E-MAIL:
W01 Carrie Hancock, Contract Specialist, hancockc@ne-arng.ngb.army.mil.
Modification of previous notice published on in Issue No. PSA-2081,
Friday, April 24, 1998. The Nebraska National Guard, United States
Property & Fiscal Office, Lincoln, Nebraska is soliciting proposals for
a multi-task, mutiple award, Construction Services contract. Three
different locations shall be included in the solicitation: 1) Lincoln
Air National Guard Base, to include the Army facilities, Lincoln,
Nebraska; 2) Camp Ashland/Mead Training Site, Ashland/Mead, Nebraska;
and 3) Hastings Training site, Hastings, Nebraska. Multiple awards
shall be made for each location. Task orders will be awarded to Task
Order Contract (TOC) contractors based on the low competitive price, or
a combination of price and other factors (best value judgements) in
accordance with FAR 16.505(b). Task orders may be issued for a period
of one calendar year from the date of award of the TOC, with the
Government's option to extend each contract annually for up to four (4)
additional years. All option periods are considered included for
evaluation purposes. Each contract awarded shall have a minimum
guarantee of $2,000 and a maximum value of $5,000,000.00 for the Five
(5) year period. Each individual task order shall have a minimum value
of $2,000 and a maximum value of $500,000. The "Partnering concept"
will be included in the TOC for use with any of the Task Orders
awarded. Large businesses if selected for award shall be required to
submit a Subcontracting Plan to the Contracting Officer as per FAR
subpart 19.702(a)(1) and 19.705-2(a) within Ten (10) days of
notification. Failure to comply with this requirement shall eliminate
the contractor from award. Source selection procedures in accordance
with FAR subpart 15.304 and 15.305 shall be utilized for the selection
of contractors for award of the basic contract. Significant evaluation
criteria for the basic contract in descending order of importance are:
1) Project management ability with emphasis on key management staff,
quality control plan, financial capability, technical support staff and
location; 2) Subcontracting support capability with emphasis on
Subcontracting management, experience of subcontract and purchasing
system/ level of subcontracting vs. In-house; 3) Past Performance/
Company Experience and 4) price. SIC: 1541, Small business size
standard: $17 Million. This procurement is unrestricted. Interested
parties shall request RFP: DAHA25-98-R-0002, by sending a written
request with a non-refundable cashier's or company check made payable
to the "US TREASURER" in the amount of $20.00 to receive the
solicitation package. Telephone or e-mail requests will not be
accepted. All responsible sources may submit a proposal package which
shall be considered. (0133) Loren Data Corp. http://www.ld.com (SYN# 0129 19980515\Z-0015.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|