Loren Data Corp.

'

 
 

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

US Army Corps of Engineers, CESPL-CT, P.O. Box 532711, Los Angeles, CA 90053-2325

Z -- INDEFINITE DELIVERY TYPE CONTRACT FOR ABATEMENT OF ASBESTOS, LEAD-BASE PAINT AND MATERIALS WITH PCB'S AND RESTORATION OF ABATED SURFACES/STRUCTURES, SOUTH PACIFIC DIVISION AREA PRIMARILY FOR USE WITHIN THE SOUTHERN CALIFORNIA BOUNDARIES OF THE LOS ANGELES DISTRICT, CORPS OF ENGINEERS SOL DACA09-00-R-0010 DUE 070600 POC Plan Room (213) 452-3253 This procurement is for an Indefinite Delivery-Indefinite Quantity (IDIQ) type contract for the abatement of asbestos, lead-base paint and materials with polychlorinated biphenyls (PCB's) at Military installations and for other Corps of Engineers' customers in the South Pacific Division Area. The estimated cost range for three (3) years is not-to-exceed $29,850,000.00. This is an UNRESTRICTED procurement open to all offerors. Offerors will be required to submit a technical proposal with a separate price proposal. The government will award one contract resulting from this solicitation to the responsible offeror whose proposal, conforming to the solicitation, will be the "Best Value" to the government using a "Trade-off" process, price and technical factors considered. The significant evaluation factors which may be used for the evaluation of the technical proposals are: Past Performance; Management Ability; Understanding of Requirements; and Scheduling. These factors are not all inclusive. The Contracting Officer may award based on initial offers received, without discussion of such offers. The award may be to the superior offer which may not be the lowest offered price, but which is sufficiently more technically advantageous than the lowest priced offer so as to justify payment of a higher price. The performance period for this IDIQ contract will be one 12-month base period plus two 12-month option periods or until the maximum contract not-to-exceed amount of $29,850,000.00 is awarded, whichever comes first. The total performance period will not exceed 36 months from date of award. The contractor selected for contract award will be legally bound to be paid 2% (minimum guarantee) of the not-to-exceed amount, or $500,000.00, whichever is less. The project consists of performing abatement on buildings and utility systems, providing for the safe removal of asbestos-containing materials, lead-base paint and materials/devices containing PCB's. Also included would be the cleaning of air conveyance system components. Removal and disposal would be performed in accordance with all EPA and local requirements; in some cases, the approved disposal site could be hundreds of miles from the job site. Work could be done at any Military base or post, Bureau of Prisons facility or "Work for Others" program, primarily for the Los Angeles District, but could also be accomplished anywhere within the South Pacific Division area with concurrence from the contract awardee. Typical work tasks would include the removal of asbestos from interior and exterior walls, ceilings, mechanical equipment, piping and ducts, and restoring those surfaces with new materials and insulation. In some cases, after abatement, the abated structure could be demolished and the foundation area restored to a natural condition or provided with landscaping. Lead-base paint would be removed from vertical and horizontal surfaces and the areas would be repainted. Devices containing PCB's would be removed and replaced with new devices. The Standard Industrial Classification Code (SIC) is 1542, "General Contractors-Nonresidential Buildings, Other Than Industrial Buildings and Warehouses"., $17 M average annual gross revenue for the last (3) three fiscal years. The Request for proposals will include a minimum mandatory subcontracting goal of 20% of the potential contract award amount to small businesses, of which 10% shall be for Small Disadvantaged Businesses (SDB), 5% for Women Owned and 5.5% for Historically Black Colleges and Universities/Minority Institutions (HBCU/MI) where applicable, Large businesses will be required to submit a Subcontracting Plan. All subcontracting exceeding the 20% minimum mandatory goal shall have the Los Angeles District Subcontracting Goals of 62% with Small Business; 10% with small disadvantaged business; and 5% with women owned business. The Request for Proposal (RFP) will be issued using CD-ROM ONLY; hard copies will not be produced. Because a limited number of CD-ROM's will be reproduced, copies are limited to one CD-ROM per firm at no charge. Please fax your request for the CD-ROM to (213) 452-4187, ATTN: Plan Room. Any prospective bidder interested in submitting a proposal on this solicitation must be placed on the plan holder's list. The government is not responsible for providing you with notifications of any changes to this solicitation if you are not on the plan holders list. A web site with the capability to view and/or download plans and specifications is available after the RFP issue date. To access RFP information on the web site, visit the Contracting Division's section of the Los Angeles District HomePage at web site Internet address http://ebs.spl.usace.army. mil, "Advertised Specifications" located at the bottom of the web page. The government cannot guarantee that the plans and specifications on the web site have not been altered by an unauthorized entity. Consequently, the official media of distribution of this solicitation is CD-ROM only. Specifications only, in the form of a RFP, will be available on/or about 5 June 2000. Date for receipt of proposals is on/or about 6 July 00. Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All responsible sources may submit an offer. In addition, all interested offerors are reminded that the successful offeror will be expected to enter into subcontracts to the maximum extent with small and small disadvantaged firms in accordance with the provisions of Public Law 95-507. Any contract awarded under this RFP is made pursuant to PL 100-656, Small Business Competitveness Demonstration Program. Posted 05/17/00 (W-SN455861). (0138)

Loren Data Corp. http://www.ld.com (SYN# 0125 20000519\Z-0010.SOL)


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