Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1999 PSA#2364

U.S. Army Corps Of Engineers, Fort Worth District, P.O. Box 17300, 819 Taylor Street, Attn: CESWF-CT, Fort Worth, TX 76102-0300

Z -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONSTRUCTION SERVICE CONTRACT FOR INSTALLATION SUPPORT, FORT POLK, LOUISIANA SOL DACA63-99-R-0021 DUE 081099 POC Tongee Flemming, Contract Specialist (817) 978-3391 WEB: US Army Corps of Engineers, Fort Worth District, http://ebs.swf.usace.army.mil. E-MAIL: US Army Corps of Engineers, Fort Worth District, tongee.d.flemming@swf02.usace.army.mil. INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONSTRUCTION SERVICES CONTRACT FOR INSTALLATION SUPPORT, FORT POLK, LA -- Indefinite Delivery/Indefinite Quantity (IDIQ contract with construction, service and time-and-material provisions/clauses and fixed labor rates. Task Orders will be issued for a wide variety of maintenance, repair, and minor construction tasks (including asbestos and lead-based paint abatement) in support of maintenance, repair, and minor construction tasks of the Directorate of Public Works, Fort Polk, Louisiana. Contractors will be required to furnish all labor, materials, permits, equipment, and services necessary to manage and accomplish designed deliveries, recommending a solution, and remediating the problem in a timely and efficient manner. Task Orders will include a variety of trades including (but not limited to) biologist, environmentalist, technicians, agronomist, computer specialist, carpentry, plumbing, road repair, excavation, demolition, concrete, topographic surveyors, roofers, masonry, welding, and architect/engineering (i.e., general, civil, mechanical, electrical, structural, fire protections, life safety). Contractors must have a minimum of two (2) years related experience and must possess all state and locally required licenses for this type of work within the state of Louisiana. The objective of the contract is to provide expeditious execution of task orders for general construction and/or service work that will vary from site to site. Estimated duration of the contract awarded will be for an initial Base Period of 12 months with four (4) Option periods of 12 months for a total not to exceed 60 months. Option Periods will be exercised at the Government's discretion. Using Best Value acquisition procedures and in accordance with the new guidelines outlined in FAR Part 15, the intent of the Government is to award an firm fixed price IDIQ type contract, on which individual task orders will be issued, to the higher qualified (technical and price) contractor determined to be highly qualified. The estimated total contract amount for the Base Period is $2,000,000 and $3,000,000 for each Option Period for a estimated total not-to-exceed contract amount not to exceed $14,000,000. The minimum guaranteed amount for each 12-month option period is one percent (1%) (all contracts combined). Contract awards will be based upon "Best Value" to the Government which may or may not be the lowest-priced offer. To determine best value, the Government, the Government will evaluate technical proposals having specific management and technical evaluation criteria consisting of past performance, related experience, past performance as related to subcontracting utilization (larg businesses only), Subcontracting Plan (as required by FAR 52.219-9) and price proposals. The plans and specifications have been placed on Compact Disk (CD-ROM) and will be provided free of charge. Plans ans specifications will not be provided in a paper hard copy format. Notification of amendments shall be made througheither 3.5 floppy diskettes, CD-ROM, and/or Internet. However, the Government reserves the right to use only the Internet as notification of any changes to this solicitation. It is therefore the contractor's responsibility to check the following address daily for any changes to this solicitation. Contractors may view and/or download this solicitation and all amendments from the internet at the following address: http://ebs.swf.usace.army.mil. This is an UNRESTRICTED SOLICITATION. Offers from all qualified business firms are solicited. If a large business intends to submit a proposal, it must comply with FAR 52.219-9 clause regarding the requirement for a subcontracting plan. The Fort Worth District goals are as follows (expressed as a percentage of the contractor's total planned subcontract amount): Small Business-61.2%; Small Disadvantaged Business-9.1%; Woman-Owned Small Business-4.5%; Historically Black Colleges & Universities/Minority Institutions (where applicable)-9.4%. SIC Code for this procurement is 1542. Small Business Standard is $17 MILLION. Posted 06/08/99 (W-SN340578). (0159)

Loren Data Corp. http://www.ld.com (SYN# 0155 19990610\Z-0042.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page