|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1999 PSA#2376USPFO-FL-PC, 189 Marine Street, St. Augustine, Florida 32085-1008 Z -- BEST VALUE CONSTRUCTION SERVICES TASK ORDER CONTRACT (TOC) SOL
DAHA08-99-R-0001 POC First Lieutenant William L. Markham, Contracting
Officer, (904) 823-0552 WEB: BEST VALUE CONSTRUCTION SERVICES TASK
ORDER CONTRACT, MarkhamB@fl-arng.ngb.army.mil. Due to change in
Government requirements RFP #DAHA08-99-R-0001, listed under submission
number SN344879, published on June 18, 1999 in the CBDNet has been
amended as follows: The United States Property and Fiscal Office for
Florida is soliciting proposals for a regional indefinite-delivery /
indefinite-quantity multiple award best value construction services
task order contract (TOC) for multiple-year maintenance, repair and
minor construction projects. The Standard Industry Codes (SIC) 15, 16
and 17 will apply for this procurement. Projects will be located
throughout the State of Florida, Puerto Rico and the Virgin Islands.
Task orders will be issued to Task Order Contractors based on the low
competitive price, or combination of price and other factors (best
value judgements) in accordance with FAR 16.505. Task orders may be
issued for a period of one (1) calendar year from date of contract
award, with options to extend contracts annually for four (4)
additional years. Task Orders shall not exceed a cumulative amount of
$20 million to any one contractor, and an individual delivery order
shall not exceed $2.5 million for the State of Florida and Puerto Rico
and $500,000.00 for the Virgin Islands. Source selection procedures in
accordance with DFAR 215.605 shall be utilized for the basic TOC.
Significant evaluation factors will be based on the following criteria,
listed in descending order of relative importance: PAST PERFORMANCE: 1.
Company Experience, 2. Letters of Recommendation and 3. Corps of
Engineers' Performance Report; TECHNICAL MANAGEMENT: 1. Management and
Support Staff and 2. Quality Control Plan; CAPABILITY: 1. In-House
Skills/Crafts, 2. Financial Capacity to Perform, 3. Subcontractors
Capability and 4. Bonding Capacity; and PRICE PROPOSAL / SAMPLE
PROJECT: 1. Accuracy of price proposal as compared to prepared
government estimate on the prototypical project. Request for Proposal's
(RFP's) will be issued to Prime Contractors (excluding subcontractors,
consultants and material suppliers) at the pre-proposal conference on
a first come first served basis until supplies are exhausted. The
pre-proposal conference for Florida contractors will be held on July
22, 1999, at 2:00 p.m. at the Florida Air National Guard Base,
International Airport, 14300 FANG Drive, Jacksonville, Florida. The
pre-proposal conference for Puerto Rico contractors will be held on
July 22, 1999, at 2:00 p.m. at the United States Property and Fiscal
Office for Puerto Rico, Building 540, Columbus Drive, Fort Buchanan.
Puerto Rico. The pre-proposal conference for Virgin Island contractors
will be held on July 22, 1999, at 2:00 p.m. at the United States
Property and Fiscal Office for Virgin Islands, Conference Room, Parcels
No. 10A & 18 VICORP Land, Estate Bethlehem, St. Croix, USVI. All
responsible sources submitting a proposal shall be considered.
Anticipated award date is September 10, 1999. This procurement is
unrestricted. Posted 06/24/99 (D-SN346717). (0175) Loren Data Corp. http://www.ld.com (SYN# 0164 19990628\Z-0049.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|