|
COMMERCE BUSINESS DAILY ISSUE OF MAY 13,1999 PSA#2345United States Air Force, Pacific Air Forces, 15 CONS, 90 G Street,
Hickam AFB, HI, 96853-5230 Z -- SIMPLIFIED ACQUISITION BASE ENGINEERING REQUIREMENTS(SABER) SOL
F64605-99-R0001 DUE 071499 POC Elaine Quindica, Contract Specialist,
Phone (808)449-2724, Fax (808)448-0136, Email
Elaine.Quindica@hickam.af.mil -- Caroline Ponce, Chief, Construction
Flight, Phone (808)449-1430, Fax (808)448-0136, Email WEB: Visit this
URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F64605-99-R00
01&LocID=588. E-MAIL: Elaine Quindica, Elaine.Quindica@hickam.af.mil.
Work for this project will include, but is not limited to, a broad
range of maintenance, repair and minor construction work on real
property, such as carpentry, pavement repair, roofing, excavation, high
and low electrical voltage, plumbing, sheet metal, painting, concrete,
masonry, welding and mechanical systems, at Hickam AFB, HI and
Satellite Air Force Installations on all Islands in the State of
Hawaii. The work is required in support of Base Civil Engineer
activities at Hickam AFB, HI. The contract will include a wide variety
of individual construction tasks as listed in the Unit Price Book
(Means Facilities Construction Cost Data), with exception to Division
1 (General Requirements). Line items from Division 1 such as
engineering fees will be allowed on a case by case basis to be
determined by the Contracting Officer. During the contract period, the
Base Civil Engineer will identify construction each specific project
and the Base Contracting Office will issue individual delivery orders
to the contractor to complete those projects. The contractor will be
required to furnish all materials, equipment, and personnel necessary
to design, manage and accomplish the project. The contractor must have
a local office on island (Oahu) to work all Air Force SABER
requirements. Individual jobs will vary in size with the majority
expected to be of a small to medium size. One contract will be awarded
using Best Value selection method, which includes Coefficient,
Experience and Past Performance. The total performance period for the
contract will be 12 months for the basic contract period and four
12-month option periods. The total duration of the contract will be 60
months. The total guaranteed minimum amount of $10,000.00 would apply
only to the basic contract period. The maximum annual amount will be
estimated at $6 million for the basic contract period and each of the
four options periods. Geographic restrictions of this requirement,
competition will be limited to 8(a) firms certified for participation
in the 8(a) Program who are serviced by the Hawaii District Office, and
who submit evidence of sufficient bonding capability in the amount of
$6,000,000 for Performance Bonds and $3,000,000 Payment Bonds. Note
that 8(a) firms that are not serviced by the Hawaii District Office,
but who have a verifiable office and employees located within the
geographic area serviced by the Hawaii District Office at the time of
this announcement, are also eligible to submit offers, All other firms
are deemed ineligible to submit offers. The minimum/maximum delivery
order limitations are set at $2,000.00 and $500,000.00 respectively.
The SIC Code for this project is 1542. This acquisition will be issued
on or about 7 Jun 1999 and will close 14 July 1999 at 3:00P.M.
Requests must include the solicitation number, company name, address,
and telephone number and business size. This solicitation will be
issued on CD-ROM. The Pre-Bid Conference will be held on 22 Jun 1999,
15th Contracting Squadron, 90 G Street, Bldg 1201, Main Conference
room, Hickam AFB Hawaii. Posted 05/11/99 (D-SN330175). (0131) Loren Data Corp. http://www.ld.com (SYN# 0146 19990513\Z-0018.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|