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