Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 5,1999 PSA#2403

US Army Corps of Engineers, CESPL-CT, P.O. Box 532711, Los Angeles, CA 90053-2325

R -- AIRFIELD PAVEMENT REPAIRS AND RUBBER REMOVAL AT MILITARY INSTALLATIONS IN THE SOUTHERN PACIFIC DIVISION (INCLUDES CALIFORNIA, NEVADA, UTAH, NEW MEXICO, AND ARIZONA) SOL DACA09-99-R-0022 DUE 100599 POC Plans and Specifications (213)452-3253 17. This procurement is for an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Airfield Pavement Repairs and Rubber Removal at Military Installations and for other Corps of Engineers customers in the South Pacific Division Area. The estimated cost range for five (5) years is not-to-exceed $22,500,000.00. This is an UNRESTRICTED procurement open to all offerors. Offerors will be required to submit a technical proposal with a separate price proposal. The Government will award one contract resulting from this solicitation to the responsible offeror whose proposal, conforming to the solicitation will be the "Best Value" to the Government using a "TRADE-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, Understanding of Requirements, Customer Satisfaction and 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 may not be the lowest offered price, but which is sufficiently more technically advantageous than the lowest priced offer so as to justify payment of a higher price. The performance period for this IDIQ contract will be one 12-month base period plus four 12-month option periods or until the maximum contract not-to-exceed amount of $22,500,000.00 is awarded, whichever comes first. The total performance period will not exceed 60 months from date of award. The contractor selected for contract award will be legally bound by 2% of the not-to-exceed amount or $500,000.00, whichever is less. For any option that is exercised, the guaranteed maximum will be 1% of the remaining capacity available on the contract or $250,000.00, whichever is less. The project consists of performing repairs and improvements to airfield runways, taxiways, overruns, aprons, and other pavement structures associated with aircraft operations at Military Installations and similar facilities in support of our "Work for Others" program, primarily for the Los Angeles District, but available for work anywhere within South Pacific Division. Typical tasks would include the repair of concrete joints with blast-resistant sealant, spall repairs with rapid setting concrete, replacement of concrete slabs, periodic removal of rubber using water blasting or chemicals, removal and replacement of airfield striping and markings and peripheral work such as the stabilization of native soil with dust palliatives. The Standard Industrial Classification Code (SIC) is 1611, "Highway and Street Construction, Except Elevated Highways", N.E.C., $17,000,000.00 average gross revenues for the last three (3) fiscal years. In addition, Large Businesses will be required to 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 as follows: 62% with small business; 10% with small disadvantaged business, and 5% with women-owned business. The Request for Proposal (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. Please fax your request for the CD-ROM to fax number (213) 452-4187, ATTN: Plan Room. Any prospective bidder interested in submitting a proposal on this solicitation must be placed on the plan holder's list. If you are not registered, the Government is not responsible for providing you with notifications of any changes to this solicitation. A web site with the capability to view and/or download plans and specifications is available after the issued date. To access the web site, visit the Los Angeles District Contracting Division at web site Internet address http://ebs.spl.usace.army.mil, "Advertised Specifications" located at the bottom of the web page. The Government cannot guarantee that the plans and specifications on the web site have not been altered by an unauthorized entity. Consequently, the official media of distribution of this solicitation is CD-ROM only. Specifications only, in the form of a RFP, will be available on or about 26 August 1999. Date for receipt of proposals is on/or about 5 October 1999. Small and disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All responsible sources may submit an offer. In addition, all interested offerors are reminded that the successful offeror will be expected to enter into subcontracts to the maximum extent with small and disadvantaged firms in accordance with the provisions of Public Law 95-507. Posted 08/03/99 (W-SN362660). (0215)

Loren Data Corp. http://www.ld.com (SYN# 0104 19990805\R-0019.SOL)


R - Professional, Administrative and Management Support Services Index Page