Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 19,2000 PSA#2604

General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PTA), 819 Taylor St., Rm. 11A01, Fort Worth, TX, 76102

Y -- MULTIPLE AWARD INDEFINITE QUANTITY CONTRACT FOR HEAVY ROAD CONSTRUCTION/PAVING IN THE STATE OF NEW MEXICO SOL GS-07P-00-HHD-0081 POC Jane Scroggins, Contracting Officer, Phone (817) 978-7092, Fax (817) 978-2061, Email jane.scroggins@gsa.gov -- Janis Gaulden, Contracting Officer, Phone (817) 978-7097, Fax (817) 978-7098, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS-07P-00-HHD-0081&LocID=341. E-MAIL: Jane Scroggins, jane.scroggins@gsa.gov. MULTIPLE AWARD INDEFINITE QUANTITY CONTRACT FOR HEAVY ROAD CONSTRUCTION/PAVING IN THE STATE OF NEW MEXICO, SOLICITATION NUMBER GS-07P-00-HHD-0081, POC's Jane Scroggins (Jane.Scroggins@gsa.gov), 817/978-7092, and Janis Gaulden (Janis.Gaulden@gsa.gov), 817/978-7097, SIC CODE 1611. This procurement is Set Aside for Small Businesses (1). General Services Administration (GSA) is soliciting Paving relevant to property and roads owned, leased or otherwise controlled by GSA, or other Federal authorized agencies. The primary performance area includes all counties in the State of New Mexico. The duration of the contract shall be for a period of five (5) years, with two five (5) year options, with both GSA and the contractor(s). The solicitation documents will be available for downloading from the Internet on or about June 1, 2000. Proposal due date will be on or about July 3, 2000. The actual due date will be stated on the solicitation when it is issued. A Pre-Proposal Conference/Site Visit will be held on Thursday, June 22, 2000, 9:00 am MDT, upstairs conference room, Bldg 102, Main Post, White Sands Missile Range, New Mexico. This procurement will require submission of technical and price proposals in accordance with the solicitation. Multiple awards may be made with each awardee being guaranteed a minimum of $200.00. The minimum ordering limitation per task order will be $1,000.00. The anticipated maximum ordering limitation for this contract is estimated up to $25 Million per year. This negotiated procurement will be accomplished by the source selection method, which will result in award of a firm fixed price contract to the contractor(s) offering the best value to the Government. Technical ability is more important than price. The Government may or may not hold discussions on technical proposals (except clarifications as described in FAR 15.306(a)); therefore, the offeror's initial proposal should contain the offeror's best terms from a technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The number of offerors included in the competitive range can be limited for purposes of efficiency. The number of proposals in the competitive range may be limited to the greatest number that will permit an efficient competition among the most highly rated proposals. Offerors will not be reimbursed for proposal submittal expenses. The Government is not limited to contacting only those references provided by the offeror(s). The Government may also consider the offeror's performance on contracts not submitted by the offeror that the Government is aware of, or becomes aware of. DEFINITIONS: SIMILAR is defined for this contract as a project involving vehicular paving, asphaltic or portland cement concrete, of three (3) miles or greater. The project must have involved repairs and alterations or new construction of federal, state, or municipal, roadways and/or elevated highways with construction costs at $500,000.00 or greater. QUALITY is definedas meeting or exceeding the customers' requirements in a timely manner within established budgets as set forth in the construction contract documents. TECHNICAL EVALUATION FACTORS: Evaluation of technical factors will be accomplished by the Government's critical analysis of each contractor's proposal. The technical factors in descending order of importance are: 1) Experience and past performance of the prime contract and key subcontractors on similar projects. Key subcontractors include all those who are proposed to contribute 20% or more to project completion. This factor considers quality of the offeror's past performance in carrying out work of a similar nature with references to timeliness, cooperation, technical success and completion within budget. 2) Qualifications and past experience of key personnel. Key personnel include, but are not limited to, the proposed project manager, job superintendent, and on-site inspectors. This factor considers the achievements of excellence accomplished on similar projects by the key personnel related to education and training. Offerors are required to submit technical capabilities, experience and references by providing information as follows: (1) List three (3) similar projects that your firm or subcontractor has performed over the last five (5) years. All three (3) projects must be submitted in the following format: Project title and contract number, name, address and phone number, of firm contracted to do the work (offeror or proposed subcontractor); for example: give name, address, and phone number of paving subcontractor if prime contractor does not have in-house paving capability; name of person representing the owner who is familiar with the project and their current phone number; project description; contract period; project size expressed in volume of materials used or lineal feet of roadway for paving, description of work done directly by offeror, original award amount, actual completion amount; number of owner initiated change orders; number of contractor initiated change orders; planned completion date; actual completion date; amount of liquidated damages assessed; name of project manager. (2) (a) List key personnel and each person's education, training and experience, and describe the duties the key personnel in the following format: Names of key personnel and title; Education/Certificates;Licenses; experience; duties; amount of time individual will dedicate to projects arising from this contract. State this person's signature authority for the contractor and restrictions, if any. (b) List three (3) similar projects on which key personnel have performed in the last five (5) years. All three (3) projects must be submitted in the following format: Project title and contract number, contract period; project size expressed in volume of materials used or lineal feet of roadway for paving; Name and current phone number of owner representative most familiar with the project; project description; completed amount; amount of liquidated damage assessed, if any. If key personnel experience was obtained while in the employment of another firm, identify the firm and a representative by name, address, and current phone number. Show a staffing plan that indicates responsibilities of key personnel and interface with major subcontractors. Pricing for the IDIQ solicitation portion will be explained when the solicitation is issued. The U. S. Army, White Sands Missile Range, New Mexico, has requested an actual project -- Repair of Roads and Pavements, Rebuild Route 5, Segment 1, White Sands Missile Range, New Mexico, associated with this solicitation. The contractor shall provide a quote on Standard Form 18, Request for Quotations (RFQ),to perform work described per the GSA Project Work Sheet, attached drawings, description of line items, and scope of work which will be attached to the solicitation when issued. The quote shall include all labor, supplies, materials, equipment, and New Mexico Gross Receipts Rates. Contact Points: Jane Scroggins (817) 978-7092 or Janis Gaulden (817) 978-7097. Any documents related to this procurement will be available via the Internet only. No hard copies will be available. All contractors downloading shall notify this office in writing (either by electronic mail or facsimile) in order to be placed on the planholder's list. Contractors are responsible for downloading their own copy of all documents, including the solicitation, project, and amendments, if any. These documents will be in .pdf format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The WWW address of the General Services Administration EPS page is http://www.eps.gov/. It is the contractor's responsibility to monitor this site for the release of any information or documents in the special notices, solicitation, project, and amendments, if any. There is also a link at the bottom of the CBD Notice on the Internet that will take the reader straight to the page where the synopsis and solicitation is, or will be posted. There is also a link tothe point of contact's e:mail address. Contractors can also register to be notified by e:mail of new postings, including synopsis, solicitations, and amendments to the site, so they do not have to check the site everyday. We encourage contractors to periodically check the site because it is your responsibility to make sure you have all of the documents related to a procurement. All responsible sources may submit a proposal which shall be considered by the agency. Point of Contacts: Jane Scroggins, Contracting Officer, Phone (817) 978-7092, FAX (817) 978-4191 or (817) 978-7098, E:mail: jane.scroggins@gsa.gov Janis Gaulden, Contracting Officer, Phone (817) 978-7097, FAX (817) 978-4191 or (817) 978-7098, E:mail: janis.gaulden@gsa.gov E:mail your questions to Jane Scroggins at Posted 05/17/00 (D-SN456017). (0138)

Loren Data Corp. http://www.ld.com (SYN# 0102 20000519\Y-0002.SOL)


Y - Construction of Structures and Facilities Index Page