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