|
COMMERCE BUSINESS DAILY ISSUE OF MAY 9,2000 PSA#2596U.S. Army Corps Of Engineers, Fort Worth District, P.O. Box 17300, 819
Taylor Street, Attn: CESWF-CT, Fort Worth, TX 76102-0300 Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT FOR
CONSTRUCTION/SERVICES, FOR ANY LOCATION WITHIN THE U.S. ARMY CORPS OF
ENGINEERS (SOUTHWESTERN DIVISION). SOL DACA63-00-R-0019 DUE 061900 POC
Valerie J. Sands, Contract Specialist, (817) 978-2721 WEB: Click for
Contracting Division Web Page. Click on Advertised,
http://ebs.swf.usace.army.mil/. E-MAIL: Click here to email the
Contract Specialist with any, valerie.sands@SWF02.usace.army.mil/. Z --
INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ)CONTRACT FOR
CONSTRUCTION/ SERVICES, FOR ANY LOCATION WITHIN THE U.S. ARMY CORPS OF
ENGINEERS (SOUTHWESTERN DIVISION). SOL DACA63-00-R-0019. Solicitation
to be issued on or about 19 May 00. Proposals due on or about 19 Jun
00. POC Contract Specialist VALERIE J. SANDS (817) 978-2721 (Site Code
DACA63) Single award of one (1)
Indefinite-Delivery-Indefinite-Quantity multi-task construction and
services contract, with time-and-materials provisions and fixed labor
rates, for a wide variety of maintenance, repair, and minor
construction tasks (including asbestos and lead-based paint abatement)
primarily in support of the Directorate of Public Works, Fort Sam
Houston, San Antonio, Texas and the Base Civil Engineers, Brooks AFB
and Lackland AFB, San Antonio, Texas. The objective of the contract is
to provide expeditious execution of task orders for general
construction and/or service work which will vary from site to site.
Specific task orders will be issued by the Contracting Officer in
accordance with the unit price, work schedule and specifications.
Estimated total contract duration (Base Period plus four (4) Option
Periods) is sixty (60) consecutive months after date of contract award.
Estimated total contract amount for the Base Period and each Option
Period is $3,000,000 per contract period except Option Period IV which
is $2,900,000 for an estimated total contract amount of $14,900,000.
Option Periods will be exercised at the Government's discretion. Task
Orders totaling not less than $2,500 and no more than $3,000,000 may be
issued against this contract. No more than a cumulative total of
$3,000,000 may be outstanding at any given time. The Government will
obligate to the contractor a guaranteed minimum amount of $60,000 for
the Base Period and $30,000 for each of the Option Periods I -- III.
Guaranteed minimum amount for Option Period IV is $29,000. This
guaranteed amount is a recordable obligation at the time of award and,
as such, will be fully funded at the time the basic contract is
awarded and at the time the Option is exercised. The contractor will be
required to furnish all labor, materials, permits, equipment, and
services necessary to manage and accomplish designated deliveries,
recommending a solution, and remediating the problem in a timely and
efficient manner. Task Orders will include a variety of trades
including (but not limited to) biologist, environmentalist,
environmental abatement (asbestos and lead-based paint), technicians,
agronomist, computer specialist, carpentry, plumbing, road repair,
roofing, excavation, demolition, concrete, topographic surveyors,
roofers, masonry, welding, and engineering (general, civil, mechanical,
electrical, structural), fire protection, and/or safety. Contractors
must have a minimum of two years' related experience and must possess
all state and locally required licenses for this type of work within
the states of Texas, Louisiana, New Mexico, Arkansas and Oklahoma in
the area specified in the request for proposal. Offerors will be
required to submit cost and technical proposals as stated in the
request for proposal. The following technical evaluation criteria will
be used for selection: (1) Prime contractor's experience,past
performance and capabilities of proposed Sub- contractors, Technical
Approach (includes Work Plan for Sample Task Order, Task Order Price
Proposal, Preparation Plan and Rapid Response), Organization and
Personnel Qualifications, Cost Control and Corporate Experience and
Support. Proposals from large business firms must comply with FAR
clause 52.219-9 regarding the requirement for submission of a
subcontracting plan. The Fort Worth District subcontracting goals are
for specified percentages of the contractor's total planned subcontract
amount to be placed with the following: 61.2% with small business, 9.1%
with small disadvantaged business, 5.0% with women-owned small
business, 2% with Historically Black Colleges and Universities/Minority
Institutions, and .5% with HUBZONE small businesses. The subcontracting
plan will be required as a proposal submission item. A pre-proposal
conference will be held during the request for proposal period (details
to be provided within the request for proposal). The Government intends
to issue this solicitation through the use of the Internet and CD ROM.
Amendments to this solicitation will be issued as Internet only. No
additional media (Floppy Disks, Faxes, or paper) will be provided
unless the Government determines that it is necessary. Contractors may
view/download this solicitation and all amendments from the Internet
after solicitation issuance at the following Internet address:
http://ebs.swf.usace.army.mil. All Offerors are required to check the
Fort Worth District Contracting Division website daily to be notified
of any changes to this solicitation. NO EXPRESS MAIL PROCEDURES WILL BE
UTILIZED ON INITIAL MAILINGS OF PLANS AND SPECIFICATIONS. No refunds
will be made and materials need not be returned. Duration of each
contract period is not to exceed (NTE) 365 calendar days. Any unused
capacity in one contract period may be carried over into the subsequent
contract period. Total contract duration (base period plus four option
periods) will not exceed five (5) consecutive years from date of
contract award. SIC Code is 1542. Small business size standard is $17
Million. This project will be issued UNRESTRICTED. All responsible
sources may submit a proposal which will be considered by the agency.
Contract will be awarded to the offer that represents the overall "Best
Value" to the Government which may or may not be the lowest-priced
offer. Posted 05/05/00 (W-SN452220). (0126) Loren Data Corp. http://www.ld.com (SYN# 0103 20000509\Z-0014.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|