|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1999 PSA#2266US Army Corps of Engineers, CESPL-CT, P.O. Box 532711, Los Angeles, CA
90053-2325 Z -- MULTIPLE AWARD TASK ORDER CONTRACTS (MATOC) FOR CONSTRUCTION
SERVICE IN SUPPORT OF THE U.S. ARMY ENGINEER DISTRICT, LOS ANGELES I N
ARIZONA/NEVADA. SOL DACA09-99-R-0007 DUE 031699 POC ERROR -- Contract
Specialist Sandy Oliver -- Hall ( 213)452-3243 This procurement
consists of one solicitation with the intent to award a maximum of two
Multiple Award Task Order (MATOC) Contracts. Offerors will be required
to submit a technical proposal with a separate price proposal. The
contracts will be awarded utilizing the trade off procedures. All
contracts will be awarded to those firms providing the best value to
the Government. The contracting officer may award based on initial
offers received, without discussions of such offers. The award may be
made to the superior offer which is not the lowest offered price, but
which is sufficiently more technically advantageous than the lowest
offer so as to justify the payment of a higher price. After award of
the contracts, the Government will compete the work among the
contractors based on performance and other factors set forth in the
contract. Each awardee will be provided a fair opportunity to be
considered for subsequent task orders, except under those circumstances
described in FAR 16.505(b)(2). Task orders under these contracts could
be issued in one of the following methods: (a) Competitive RFP, Firm
Fixed Price; (b) Sole Source RFP, Firm Fixed Price; and (c) Time &
Materials Task Order. The basic contract periods will be for 12 months
or until the maximum contract not-to-exceed amount of $60,000,000 is
awarded. The contracts will contain two 12 month option periods for a
total maximum contract duration of 36 months or a maximum not-to-exceed
value of $60,000,000, whichever occurs first. Each option period, if
exercised, will have a minimum guaranteed amount of $250,000. Each
individual contract will be legally bound by the minimum guaranteed
amount of $500,000. The total combined contracts will be for a
not-to-exceed amount of $60,000,000. The task order limits for each
contract will be set at a maximum value of $15,000,000 per task order.
The work will include construction, renovation, repairs, preventive
maintenance, and environmental abatement in Arizona/Nevada including
installations under the jurisdiction or that becomes under the
jurisdiction of the Los Angeles District during the life of these
contracts. The contracts awarded under this solicitation are intended
to provide a timely response to remediation/construction of real
property (i.e., maintenance, repair, asbestos and lead-base paint
abatement, removal of materials containing PCB=s, and construction
situations relating, but not limited to, civil, mechanical, plumbing,
structural, electrical, heating, ventilation and air conditioning
(HVAC), instrumentation, security and safety areas of Government
facilities) in a cost effective manner. The Government will provide
fully defined requirements for each task order which may include one or
more of the following: performance based specifications, conceptual
drawings and specifications or definitive designs with prescriptive
specifications. The contractors may be required to participate in the
development of the final scopes of work for individual task orders and
may be required to provide incidental architectural or engineering
services such as detailed shop drawings for construction specialties,
work plans and other submittals in support of the construction,
operation or maintenance of a facility or system. THIS SOLICITATION IS
ISSUED ON AN AUNRESTRICTED@ BASIS INVITING FULL AND OPEN COMPETITION.
All responsible sources may submit an offer. Small and disadvantaged
firms are encouraged to participate as prime contractors or as members
of joint ventures with other small businesses. In addition, this
acquisition should provide ample subcontracting opportunities for small
and small disadvantaged businesses. In accordance with Federal
Acquisition Regulation (FAR), Subpart 19.7, the proposed acquisition
shall require that any offeror (large businesses only) is to submit a
subcontracting plan which shall set forth small, disadvantaged and
women-owned business concerns subcontracting goals that are acceptable
to the Government. The subcontracting goals for the Los Angeles
District are: Small Business (SB) subcontracting goal 62%; Small
Disadvantaged Business (SDB) 10%; Women Owned Small Business (WOSB) 5%;
and Historically Black Colleges and Universities/Minority Institutions
(HBCU/MI)(where applicable) 5.5%. The project will provide plans and
specs using CD-ROM only; hard copies will not be available. Because a
limited number of CD-ROMs will be reproduced, copies are limited to one
CD-ROM per firm. A web site with the capability to view and/or download
plans and specifications is available. To access the web site, visit
the Los Angeles District Contracting Division at web site Internet
address http://ebs.spl.usace.army.mil and click on Advertised
Specifications. Official media of distribution of this solicitation is
CD-ROM only. The tentative issue date of this solicitation is on or
about February 5, 1999. Date for receipt of proposals is on or about
March 16, 1999. The Standard Industrial Classification (SIC) Code is
1542, General Contractors-Nonresidential Buildings, Other Than
Industrial Buildings and Warehouse,$17 M average annual gross revenue
for the last (3) three fiscal years. Posted 01/19/99 (W-SN289253).
(0019) Loren Data Corp. http://www.ld.com (SYN# 0139 19990121\Z-0017.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|