Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 14,2000 PSA#2516

Department 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 DUE 021100 POC Frances Jenkins, contract specialist, Phone 719-333-2734, Fax 719-333-4747, Email frances.jenkins@usafa.af.mil -- Karen Whalen, Contracting Officer, Phone (719) 333-6551, Fax (719) 333-4747, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=F05611-99-R90 09&LocID=479. E-MAIL: Frances Jenkins, frances.jenkins@usafa.af.mil. The synopsis for this project was first posted 17 Aug 99, under Solicitation Number F0561199R9009. NOTE: The solicitation number has been changed to F0561100R0506. Be advised, there are now two (2) synopses for this project on EPS; one for each solicitation number. However, both synopses are identical. The solicitation will only be posted with F0561100R0506. This project for a UTILITY Requirements Contract _ Basewide, includes, but is not limited to, repair and replacement of water, sanitary and drainage sewer, gas, exterior electrical utilities for non-housing facilities throughout the US 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 $300,000 for the basic year only and an estimated maximum of $60 million over the term of the contract. This acquisition will utilize the Performance Price Trade-Off/Technically Acceptable (PPT) technique for a best value award decision. Technically acceptable offers will be determined by using a Go/No-Go checklist. Price and Performance risk may be traded off, one against the other. The technical area is ranked as the most important evaluation criterion. Offerors will be required to submit a technical proposal and must be technically acceptable to be considered for award. Previous experience in completed projects in utilities construction and related construction projects will be a critical element of the technical evaluation. A Small Business Subcontracting Plan is required prior to award from all large businesses. The resultant contractor will be permitted storage on-site in a pre-designated contractor storage yard. The applicable SIC code is 1623 and a 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. Women-owned and small disadvantaged business concerns are encouraged to submit offers. This solicitation is scheduled to be issued on or about 28 January 00. Specifications will be posted on the Electronic Posting System along with the solicitation (all applicable provisions and clauses are included) at http://www.eps.gov under EPS For Vendors, USAF, Offices, Direct Reporting Units, Locations, 10TH ABW/LGC, Posted Date. No hard copies of specifications will be issued. Hard copies of drawings will be issued with each delivery order. Address any questions to Frances C. Jenkins, Contract Specialist, Telephone (719) 333-4705, FAX (719) 333-4747, E-mail: frances.jenkins@usafa.af.mil. Posted 01/12/00 (D-SN415545). (0012)

Loren Data Corp. http://www.ld.com (SYN# 0159 20000114\Z-0027.SOL)


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