|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 8,1998 PSA#2197USPFO FOR PENNSYLVANIA, DEPT OF MILITARY AND VETERANS AFFAIRS, FT
INDIANTOWN GAP, ANNVILLE PA 17003-5003 Z -- BEST VALUE CONSTRUCTION SERVICES TASK ORDER CONTRACT (TOC) SOL
DAHA36-98-R-0006 DUE 120498 POC MSgt Jack Banks, Contract Specialist,
(717) 861-8731 or LTC Kenneth E. Boltz, Supervisory Contract
Specialist, (717) 861-8798 (Site Code DAHA36) Best Value Construction
Services Task Order Contract (TOC). The United States Property and
Fiscal Office for Pennsylvania is soliciting proposals for multiple
award, multiple-year maintenance, repair and construction service
contracts to provide maintenance, repair and construction services for
Pennsylvania Army and Air National Guard federal contract requirements
on federal property within the Commonwealth of Pennsylvania within the
scope herein prescribed. In addition, projects may on occasion be
awarded for other federal facilities in the Commonwealth of
Pennsylvania and adjacent States. Contractors will be given the
opportunity to identify the locations and dollar range of project work
for which they will receive requests for proposal. The four primary
locations are Pittsburgh International Airport, State College and
Johnstown, Harrisburg and Fort Indiantown Gap, and Willow Grove. The
dollar ranges are $2,000 to $25,000, $25,000 to $100,000, $100,000 to
$500,000, and over $500,000. The contractor must either (1) be located
within a two hundred and fifty (250) mile radius of the aforementioned
locations where a contractor wishes to be considered for work or (2)
establish an office with a full time principal agent, staff, and
company owned construction equipment within a two hundred and fifty
(250) mile radius of the aforementioned locations where a contractor
wishes to be considered for work. If a contractor wishes to be
considered in a primary area such as State College and Johnstown where
two locations are home to Pennsylvania National Guard facilities, the
contractor must meet the radius requirement for one of those locations
to be considered for that particular primary area. Task orders will be
issued to 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. Task orders will be issued for a period of
two (2) calendar years from date of contract award, with options to
extend for three (3) additional one year periods. Task orders shall not
exceed a cumulative amount of $30 million to any one contractor; and an
individual task order shall not exceed $2 million. Source selection
procedures in accordance with the DFAR Part 215.605 shall be utilized
for the basic TOC. Significant evaluation criteria for the basic
contract in descending order of importance are: (1) Past performance to
include company experience, recommendations of past customers, and the
Corp of Engineers Construction Contractor Appraisal Support System
report history, (2) Capability to perform this work to include in-house
skills/crafts, subcontractor capability, financial capacity to perform,
and bonding capacity, (3) Technical management to include the
experience of key staff personnel and demonstration of a quality
control plan, (4) Contractor's ability to accurately estimate
construction project costs by evaluating pricing for a prototypical
project. The projected date for availability of this Request for
Proposal is 20 October 1998 with a projected date for receipt of
proposals of 4 December 1998. The date for receipt of proposals will be
no less than thirty (30) calendar days after availability of the
solicitation. Only one solicitation package will be sent to each firm.
There is no charge for the solicitation documents. A copy of these
documents will be available for inspection at the United States
Property and Fiscal Office, Annville, Pennsylvania. A solicitation
package will also be sent to Dodge Reports, Harrisburg, Pennsylvania,
Harrisburg Builders Exchange, Harrisburg, Pennsylvania, Pittsburgh
Builders Exchange, Pittsburgh, Pennsylvania, Philadelphia Construction
News, Lawrenceville, New Jersey, Altoona Builders Exchange, Altoona,
Pennsylvania, and Pittsburgh Construction News, Pittsburgh,
Pennsylvania. Any questions pertaining to the solicitation must be
submitted in writing to the United States Property and Fiscal Office,
Annville, Pennsylvania no later than ten (10) calendar days prior to
the date for receipt of proposals. With your request for a
solicitation, each firm must include their Federal Tax Identification
Number, corporate status, and business size. Corporate status means the
offeror's designation as a (1) sole proprietorship, (2) partnership, or
(3) other corporate entity. For determining business size, the Standard
Industrial Classification (SIC) for this particular project is 1542.
Please indicate your size as a large, small, small disadvantaged or an
8(a) business concern. The applicable small business size standard
including affiliates is no more than $17 million average annual gross
revenue for the last three (3) fiscal years. Interested parties may
obtain a copy of the solicitation by written request to the USPFO-PC,
Department of Military and Veterans Affairs, Annville, PA 17003-5003 or
by fax request to (717) 861- 8604. Reference RFP NO. DAHA36-98-R-0006
in the request. No telephone request will be accepted. This acquisition
is unrestricted, however, to satisfy agency regulations and
socioeconomic goals, the contracting officer may restrict competition
for some projects to only small business, emerging small business, or
small disadvantaged contractors who have been awarded a TOC, provided
that two or more small business, emerging small business, or small
disadvantaged business contractors are awarded a TOC Posted 10/06/98
(I-SN259555). (0279) Loren Data Corp. http://www.ld.com (SYN# 0141 19981008\Z-0017.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|