|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1999 PSA#2413Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110
Industrial Drive, Suite 200, USAF Academy, CO, 80840-2315 Z -- REPAIR & REPLACE BASE-WIDE UTILITIES AT THE USAFA SOL
F05611-99-R9009 POC Christine Dorcheus, Contract Specialist, Phone
(719) 333 2735, Fax (719) 333 4707, Email
Christine.Dorcheus@usafa.af.mil -- John Peters, Contracting Officer,
Phone (719) 333-2735, Fax (719) 333-4747, Email WEB: Visit this URL for
the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F05611-99-R90
09&LocID=479. E-MAIL: Christine Dorcheus,
Christine.Dorcheus@usafa.af.mil. UTILITY contract includes, but not
limited to, repair and replacement of water, sanitary and drainage
sewer, gas, exterior electrical utilities for non-housing facilities
throughout the Air Force Academy on an as needed basis. Contractor
shall provide all labor, materials and equipment necessary to perform
work. Contract type will be an Indefinite Delivery Indefinite Quantity
(IDIQ) and all work will be awarded by the issuance of delivery
orders. The performance period is one year from date of award plus four
one-year options that may be exercised unilaterally by the Government.
The minimum guarantee is $100,000 per year for basic year only and
contract maximum is estimated $13 million over the term of the
contract. This acquisition will utilize the Performance Price Trade-Off
(PPT) technique for a best value award decision. Price and Performance
risk are both treated as areas and may be traded off, one against the
other. A Small Business Subcontracting Plan is required with the
initial proposal from all large businesses. The resultant contractor
will be permitted storage on-site in a pre-designated contractor
storage yard. Responsible sources may request this solicitation by
letter or FAX to (719) 333-4747 which contains their business size,
point of contact, street mailing address, telephone and facsimile
numbers. The applicable SIC code is 1623 and small business size
standard for this solicitation is one where the average annual receipts
of the concern and its affiliates for the preceding three fiscal years
does not exceed $7 million. This solicitation is being competed as
unrestricted IAW the Small Business Competitive Demonstration Program.
The solicitation is tentatively scheduled for issuance on or about 30
Sept 99. Women-owned and small disadvantaged business concerns are
encouraged to submit offers. If the apparent low offeror is a large
business, a subcontracting plan will be submitted with proposal prior
to award. Copies of this solicitation are limited to 40 and priority
issuance of the solicitation will be to those contractors who identify
themselves as "PRIME" contractors on a first come basis.
Specifications will be issued in compact disc format. Concerns may
review the solicitation at this address (by appointment) or local plan
rooms if copies are no longer available.***** Posted 08/17/99
(D-SN368667). (0229) Loren Data Corp. http://www.ld.com (SYN# 0178 19990819\Z-0014.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|