Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1999 PSA#2267

US 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