|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26,1999 PSA#2269US Army Corps of Engineers, CESPL-CT, P.O. Box 532711, Los Angeles, CA
90053-2325 Z -- MULTIPLE AWARD TASK ORDER CONTRACTS (MATOC) FOR CONSTRUCTION
SERVICES IN SUPPORT OF THE U. S. ARMY ENGINEER DISTRICT, LOS ANGELES IN
ARIZONA/NEVADA SOL DACA09-99 -- R-0007 DUE 031699 POC Contract
Specialist, Sandra Oliver-Hall, (213) 452-3243 The announcement for
this solicitation, published in the Commerce Business Daily on January
22, 1999, is amended to read as follows: This procurement consists of
one solicitation with the intent to award a maximum of two Task Order
Contracts. Offerors will be required to submit a technical proposal
with a separate price proposal. In addition, large businesses will also
be required to submit a Subcontracting Plan. The Government will award
up to a maximum of two contracts resulting from this solicitation to
the responsible offerors whose proposals, conforming to the
solicitation will be the ABEST VALUE@ to the Government using a
ATRADE-OFF@ process, price and technical factors considered. The
significant evaluation factors, which may be used for the evaluation of
the technical proposals, are: Past Performance; Management Ability;
Scheduling. These factors are not all inclusive. 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 significantly more
technically advantageous than the lowest offer so as to justify the
payment of a higher price. Once a maximum of 2 contracts are awarded,
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 (b) Sole Source, or (c) Time
& Materials. The basic contract periods for these contracts will be for
12 months or until the maximum contract not-to-exceed amount of
$60,000,000.00 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 $60,000,000.00, whichever comes first.
Each individual contract will be legally bound by the minimum
guaranteed amount of $500,000, and each option period, if exercised,
will have a minimum guaranteed amount of $250,000. The two contracts
combined will have a total not-to-exceed amount of $60,000,000. The
contracts will have a maximum task order limit of $15,000,000. The work
will include construction, renovation, repairs, preventive maintenance,
and environmental abatement in Arizona/Nevada including installations
under the jurisdiction or that become 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 to,
but not limited to, civil, mechanical, plumbing, structural,
electrical, heating, ventilation and air conditioning (HVAC),
instrumentation, security and safety areas ofGovernment 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 WILL BE ISSUED
ON AN AUNRESTRICTED@ BASIS INVITING FULL AND OPEN COMPETITION. All
responsible sources may submit an offer. This procurement was
previously advertised in the Commerce Business Daily on 3 November 1998
as a Sources Sought Notice. Small and disadvantaged firms are
encouraged to participate as Prime Contractorsor 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 will require
that any large business submit a subcontracting plan which will set
forth small, disadvantaged and women-owned business concerns
subcontracting goals that are acceptable to the Government. The Los
Angeles District subcontracting goals are specific percentages of the
contractor=s total planned subcontract amount. The goals are as
follows: 60% with small business; 10% with small disadvantaged
business, 5% with women-owned small business. A sample project will be
identified in the Request for Proposals (RFP). The RFP will be issued
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 at no charge. A web site with the capability to view
and/or download plans and specifications is available after the issue
date. 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/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. Requests for this solicitation package should be
addressed to USAED-LA, ATTN: Sandy Hall, P. O. Box 532711, Los Angeles
90053-2325. The solicitation may be requested by facsimile at (213)
452-4187, ATTN: Sandy Hall. Telephonic requests will not be accepted.
Posted 01/22/99 (W-SN290720). (0022) Loren Data Corp. http://www.ld.com (SYN# 0147 19990126\Z-0022.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|