Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 25,1999 PSA#2461

Department of the Air Force, Pacific Air Forces, 15 CONS, 90 G Street, Hickam AFB, HI, 96853-5230

Z -- SIMPLIFIED ACQUISITION BASE ENGINEERING REQUIREMENTS (SABER) SOL F64605-00-R-0010 DUE 120499 POC Patrick Brom, Contract Specialist, Phone (808)449-6860x211, Fax (808)449-7026, Email Patrick.Brom@hickam.af.mil -- Sherry Wall, Contracting Officer, Phone (808) 449-6800, Fax (808) 449-7026, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&;ProjID=F64605-00-R-0 010&LocID=588. E-MAIL: Patrick Brom, Patrick.Brom@hickam.af.mil. This notice shall replace pre-solicitation notice for RFP No. F64605-99-R-0001, dated 11 May 99. Work for this project will include, but is not limited to, a broad range of maintenance, repair and minor construction work on real property, such as carpentry, pavement repair, roofing, excavation, high and low electrical voltage, plumbing, sheet metal, painting, concrete, masonry, welding and mechanical systems, at Hickam AFB, HI, Satellite Air Force Installations on all Islands in the State of Hawaii, and Johnston Atoll Island. The work is required in support of Base Civil Engineer activities at Hickam AFB, HI. The contract will include a wide variety of individual construction tasks as listed in the Unit Price Book (RS Means Facilities Construction Cost Data), with exception to Division 1 (General Requirements). Line items under Division 1, General Requirements, will be included in the proposed co-efficient. During the contract period, the Base Civil Engineer will identify construction each specific project and the Base Contracting Office will issue individual delivery orders to the contractor to complete those projects. The contractor will be required to furnish all materials, equipment, and personnel necessary to design, manage and accomplish the project. The contractor must have a local office on island (Oahu) to work all Air Force SABER requirements. Individual jobs will vary in size with the majority expected to be of a small to medium size. Multiple contracts will be awarded using Best Value selection method, which includes Coefficient, Experience and Past Performance. The total performance period for the contract will be 12 months for the basic contract period and four 12-month option periods. The total duration of the contract will be 60 months. The total guaranteed minimum amount of $10,000.00 would apply only to the basic contract period. The maximum annual contract amount will be estimated at $6 million for the basic contract period and each of the four options periods. Geographic restrictions of this requirement, competition will be limited to 8(a) firms certified for participation in the 8(a) Program who are serviced by the Hawaii District Office, and who submit evidence of sufficient bonding capability in the amount of $6,000,000 for Performance Bonds and $3,000,000 Payment Bonds. Note that 8(a) firms that are not serviced by the Hawaii District Office, but who have a verifiable office and employees located within the geographic area serviced by the Hawaii District Office at the time of this announcement, are also eligible to submit offers, All other firms are deemed ineligible to submit offers. The minimum/maximum delivery order limitations are set at $2,000.00 and $500,000.00 respectively. The SIC Code for this project is 1542. This acquisition will be issued on or about 1 Nov 1999 and will close 4 Dec 1999 at 2:00P.M. This solicitation will only be issued electronically via the EPS system. Portions of this solicitation will be issued via CD-ROM and will be sent to those contractors that send awritten request via letter, fax, or e-mail. The Pre-Proposal Conference will be on a date yet to be determined by the contracting office. Posted 10/21/99 (D-SN393878). (0294)

Loren Data Corp. http://www.ld.com (SYN# 0109 19991025\Z-0003.SOL)


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