Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 8,1998 PSA#2197

USPFO 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