|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1998 PSA#2154Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn
Station, Arlington, VA 22219-0244 Z -- ROOF REPAIRS AND REPLACEMENTS FOR VARIOUS FOREIGN SERVICE POST
FACILITIES WORLDWIDE SOL S-FBOAD-98-R0092 DUE 110198 POC James S.
(Steve) Rogers, (phone) (703) 875-7320 or (fax) (703) 875-6292 The
Office of Foreign Buildings Operations, U.S. Department of State, is
seeking qualified roofing contractors to provide roof repairs and
replacements for various Foreign Service post facilities worldwide
under a basic Ordering Agreement (BOA). The projects are estimated to
be between $300,000 and $1 million in construction costs. The BOA is
for a five-year period. Negotiated task orders will be awarded under
the BOA. Up to twelve BOAs will be awarded. The Solicitation will
require: 1) Evidence of having earned, as the principal source of
business, a minimum 80 percent of revenues from roofing and building
envelope waterproofing; 2) Evidence of ability to secure sufficient
bonding and insurance for overseas projects; 3) Evidence of
manufacturer's certification for one or more roof types; 4) Annual
revenues (roofing and non-roofing) for the past five years, plus
profitability; 5) Current balance sheet and operating statement; 6)
Proof of ownership; 7) Project experience for the past five years
showing project size, type of roof, client/owner/architect, actual
schedule and cost versus planned schedule and budget; 8) A breakout of
the past three years of roofing work involving types of roof/roofing
systems, showing number of projects, total dollar amount, total square
footage, percent of gross revenues and approved systems, and; 9) Any
roofing work performed outside of the U.S.; and other evaluation
criteria. In order to be eligible to perform under this BOA, the
successful offeror must possess or be able to obtain a TOP SECRET
facility security clearance issued in accordance with the National
Industrial Security Program Operating manual (NISPOM), DOD 5200.22-M,
within six months of selection. Personnel proposed under the agreement
must have the ability to obtain SECRET or TOP SECRET personnel
security clearances (issued by the Defense Security Service), depending
upon the specific access to classified information or areas. All
offerors will be required to comply with security requirements as
detailed in theNISPOM. Offerors already possessing the necessary FCL
are requested to submit their appropriate CAGE Code together with
required pre-qualification documentation. If the selected offeror does
not possess the necessary DOD FCL, it will be sponsored by the
Department of State. Sponsorship does not guarantee that the firm will
receive the clearance. Offerors can obtain a copy of the solicitation
from James S. (Steve) Rogers at (703) 875-6292 (fax). U.S. Mail
Address: U.S. Department of State, Office of Logistics Management,
A/LM/AQM/OA, SA-6, Room L-600, Attention: James S. (Steve) Rogers, PO
Box 12248, Arlington, Virginia 22219. Courier/Overnight Mail Address:
U.S. Department of State, Office of Logistics Management, A/LM/AQM.OA,
Room L-600, Attention: James S. (Steve) Rogers, 1701 N. Ft. Myer
Drive, Arlington, Virginia 22209. The closing date is November 1, 1998.
This is NOT a solicitation.***** Posted 08/05/98 (W-SN233054). (0217) Loren Data Corp. http://www.ld.com (SYN# 0210 19980807\Z-0046.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|