|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 2,1998 PSA#2107INSTALLATION BUSINESS OFFICE -, CONTRACTING, DRAWER 70120, FORT BRAGG
NC 28307-0120 Z -- JOB ORDER CONTRACT (JOC) SOL DAKF40-98-R-0002 DUE 070198 POC
Contract Specialist JEANETTE W. DAVIS (910) 396-4362 X226 (Site Code
DAKF40) The U.S. Army, Fort Bragg, NC has a requirement for a Job Order
Contract (JOC) for the accomplishment of small and medium-sized real
property maintenance and repair, or minor construction projects
required at Fort Bragg, and other Government installations/facilities
located throughout North Carolina; Fort Drum and other Government
installations/facilities located throughout New York; and Fort Stewart
and Hunter Army Airfield, Georgia. The guaranteed minimum quantity of
work which will be required under this contract for Fort Bragg, NC,
and which wlll be initiated by one or more Task Orders, will not be
less than $500,000.00 for the basic contract period and $500,000.00 for
each option period if the Government exercises the option provision.
The estimated maximum dollar value of the base period and each of the
option periods for Fort Bragg, NC, is $4,000,000.00 or $20,000,000.00
total estimated amount of the base and option periods. The guaranteed
minimum quantity of work which will be required under this contract for
Fort Drum, NY, and which will be initiated by one or more Task Orders,
will not be less than $400,000.00 for the basic contract period and
$400,000.00 for each option period if the Government exercises the
option provision. The estimated maximum dollar value of the base period
and each of the option periods for Fort Drum, NY is $6,000,000.00 or
$30,000,000.00 total estimated amount of the base and option periods
for Fort Drum. The guaranteed minimum quantity of work which will be
required under this contract for Fort Stewart and Hunter Army Airfield,
GA, and which will be initiated by one or more Task Orders, will not be
less than $500,000.00 for the basic contract period and $250,000.00 for
each option period if the Government exercises the option provision.
The estimated maximum dollar value of the base period and each of the
option periods for Fort Stewart and Hunter Army Airfield, GA is
$5,000,000.00 or $25,000,000.00 total estimated amount of the base and
option periods. In no event will the sum of the estimates from the
basic contract and each option period exceed the maximum of
$20,000,000.00 for Fort Bragg, $30,000,000.00 for Fort Drum, and
$25,000,000.00 for Fort Stewart and Hunter Army Airfield. The resultant
contract will be a firm fixed price, indefinite delivery-indefinite
quantity type contract for construction. The period of performance is
for a base period of one year from date of contract award and four
one-year option periods. Time specified for receipt of proposals is
estimated; actual date for receipt of proposals will be included in the
solicitation. This acquisition is being solicited on a full and open
competitive basis. The Standard Industrial Code for this requirement is
1542; therefore, to be considered a small business under this code you
may not have more than $17.0 million annual average gross revenue
taken from the last 3 fiscal years. The Government will make multiple
awards under the terms of this solicitation. Due to automation of the
Bidder's Mailing List, certainpertinent information is required before
vendors can be added to the mailing list. It is, therefore, required
that all requests for a solicitation package include the vendor's
business size. Copies of this solicitation may be obtained by
submission of a written request, referencing the solicitation number
and title, and stating that the vendor is not currently on a
consolidated list of debarred, suspended and ineligible contractors or
otherwise ineligible to receive Government contracts to: Installation
Business Office -- Contracting, Contracting Division, Attention: Mrs.
Jeanette W. Davis, P. O. Drawer 70120, Fort Bragg, North Carolina
28307-5000. No telephone requests will be honored. A NON-REFUNDABLE
CHARGE OF $81.00 IS REQUIRED. CHECKS SHOULD BE MADE PAYABLE TO THE
TREASURY OF THE UNITED STATES. See Note 26 (0149) Loren Data Corp. http://www.ld.com (SYN# 0166 19980602\Z-0037.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|