|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1999 PSA#2267US Army Engineer District, Honolulu, Building 230, Attn: CEPOD-CT, Fort
Shafter, HI 96858-5440 Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONSTRUCTION AND
SERVICES CONTRACT SOL DACA83-99-R-0005 DUE 020599 POC Jenny Yatsushiro,
(808) 438-8569 WEB: Honolulu Engineer District Contracting Home Page,
www.pod.usace.army.mil/ebs.html. E-MAIL: click here to contact the
contract specialist via, jenny yatsushiro@usace.army.mil. Indefinite
Delivery Indefinite Quantity (IDIQ) Construction and Services Contract
with Time and Material (T&M) Capabilities for Government Facilities,
Honolulu Engineer District (HED) Area of Responsibility. This
solicitation is restricted to 8(a) firms serviced by the Small Business
Administration (SBA), Honolulu District Office. The Standard Industrial
Classification Code for this acquisition is 1542. This proposed IDIQ
contract is to provide rapid response for a broad range of maintenance,
major repair, and minor construction work related to, but not limited
to, civil, architectural, mechanical, plumbing, structural, electrical,
HVAC, energy monitoring, fire protection, security, and safety on
Government facilities within U.S. Army Engineer District, Honolulu area
of responsibility. The contractor will be required to furnish all
labor, materials, permits, equipment, and services necessary to manage
and accomplish designated deliveries, recommending a solution, and
remediating the problem in a timely and efficient manner. Task orders
may require the contractor to develop a plan, which identifies work to
be performed, new equipment and materials to be installed, work
procedures, and management approach. The contractor may then required
to implement the plan and prepare documentation on operation and
maintenance, training, warranties, and other required items. The
duration of the contract will initially be a 12-month period (Basic
Period) with options for four (4) additional years. The dollar value of
the contract during the base period is a guaranteed minimum amount of
$ 58,000.00 with an estimated maximum of $2,900,000.00. If Options are
exercised, the guaranteed minimum and the estimated maximum amount for
each option period are $29,000.00, and 2,900,000.00, respectively.
Performance and payment bonds will be required for this project. The
Government intends to award a contract to the responsible offeror whose
proposal has been determined to represent the best value to the
Government, cost/price andthe technical factors and the management
factors considered. Cost/Price proposals will not be scored, but will
be given equal weight to the technical proposals. Technical factors
include 1) Experience, Past Performance and Capabilities, and 2)
Technical Approach (Work Plan for Sample Task Order, Task Order Price
Proposal Preparation Plan, and Rapid Response). Solicitation to be
issued on/about February 6, 1999, utilizing Electronic Bid Sets (EBS).
Traditional hard copies of plans and specifications will not be
available for this project. Solicitation documents will be provided on
Compact Disks-Read Only Memory (CD-ROM) for a non-refundable charge of
$59.03. Solicitation documents shall be requested through any of the
following methods only: a) mail requests to: Defense Automated Printing
Service, Attn: Army Corps Solicitation, Box 126, Building 550, Pearl
Harbor, Hawaii 96860-5120; b) via courier service to: Defense Automated
Printing Service, Attn: Army Corps Solicitation, Building 550, Pearl
Harbor, Hawaii96860-5120; or c) via facsimile (if paying by credit
card) to (808) 471-2604. Requests must state company name, address,
telephone number, facsimile number, solicitation number, project title,
and company designation (prime contractor, subcontractor, supplier, or
plan room). Envelope front must show the solicitation number. Checks
shall be made out payable to Superintendent of Documents. Provide
separate check for each project requested. Checks containing payment
for multiple projects will be returned to requestor without action.
Facsimile requests must state (1) the above required company
information, and (2) cardholder's name, account number, and card
expiration date. VISA and MasterCard are the only credit cards
accepted. Firms requesting air express service shall furnish completed
airbills showing recipient's name, company name, telephone number,
company billing account number, and type of delivery required. Firms
with foreign delivery addresses shall provide completed commercial or
corporate invoices inaddition to the completed airbills. Failure to
supply completed airbills and commercial or corporate invoices (if
applicable) will result in solicitation documents being sent via
regular US mail. Failure to provide any of the foregoing information,
documents, and/or payment may delay mailing of solicitation documents.
SUMMARY: 1. Send all requests and payments to the Defense Automated
Printing Service (DAPS) as addressed above. Do not send to the U.S.
Army Engineer District, Honolulu. 2. Solicitation documents will no
longer be available for purchase over the counter from the U.S. Army
Engineer District, Honolulu. 3. Provide separate check for each project
requested. Make checks payable to Superintendent of Documents. 4. DAPS
will accept requests for solicitation documents via mail, courier
service, or facsimile in accordance with the above instructions.
Solicitation documents are not available for purchase or pick-up over
the counter at DAPS. 5. Allow up to five days from the date DAPS
receives requests forsolicitation documents to be mailed out. 6.
Address inquiries regarding issuance of solicitations, amendments, and
plan holder listings to DAPS at (808) 471-0451. Address technical and
all other inquiries to the points of contact identified in this
document. Firms with Internet access are requested to obtain plan
holder listings from DAPS website
http://www.hawaii.wnbt.daps.mil/ARMY/corps.htm. Project information, to
include Bid Opening Dates, can be obtained from the Honolulu Engineer
District website http://www.pod.usace.army.mil/ebs.html. Posted
01/20/99 (W-SN289728). (0020) Loren Data Corp. http://www.ld.com (SYN# 0130 19990122\Z-0018.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|