|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,2000 PSA#2620U.S. Army Engineer District, Rock Island, Corps of Engineers, Clock
Tower Building, P.O. Box 2004, Rock Island, Illinois 61204-2004 Z -- REPAIR GOVERNMENT BRIDGE, STRUCTURE 320, PHASE III, PR 1999-3918,
ROCK ISLAND ARSENAL, ROCK ISLAND COUNTY, ILLINOIS AND SCOTT COUNTY,
IOWA SOL DACA25-00-R-0007 DUE 080800 POC Procurement Technician,
Murilene Knight, 309-794-5613, or Contract Specialist, Thomas Bales,
309-794-5661, or http://www.mvr.usace.army.mil, or arrangements for
inspecting the project site -- Project Engineer, Scott Becker,
309-782-7303 This procurement is 100% Set-Aside for Small Business
Only. Removal and reinstallation of existing steel curbs, including
cleaning and re-galvanizing; removal of existing roadway deck,
including asphalt surface; removal of lead-based paint and surface
preparation and painting of tops of stringers and floor beams;
installation of concrete filled galvanized open steel grating deck;
jacking and cribbing for roller bearing replacement; replacement of
upstream bearing nest; replacement of bolster beam and stub supports;
structural repairs (repair of roadway deck floor beams; replacement of
lacing bars and angle; replacement of truss chord lacing plates;
repair of pigeon screen; repair of bottom chord member; strengthening
the members; replacement of the top angle; repair of hole in truss
web); replacement of concrete approach road slab; repair of underwater
scour holes; and tuckpointing joints. Award will be made to that
offeror whose proposal contains the combination of those criteria
offering the best overall value to the Government. This will be
determined by comparing the differences in the value of technical and
management features with differences in cost to the Government. In
making this comparison the Government is concerned with striking the
most advantageous balance between technical and management features and
cost to the Government. The criteria used to determine best value to
the Government in the form of a Technical Proposal, will be outlined in
the Solicitation in decending order of importance as follows: FACTOR A
TECHNICAL, (Subfactor A1. Work Plan For The Closure Period, Subfactor
A2. Work Plan For The Entire Contract Period, Subfactor A3. Plant And
Equipment); FACTOR B CORPORATE MANAGEMENT, (Subfactor B1. Past
Performance; Subfactor B2. Key Personnel); FACTOR C SAFETY, (Subfactor
C1. Experience Modifier And Experience Modifier Worksheets). In
addition to the above Technical Proposal criteria, a Pricing Proposal
will be required to be submitted and will be based on the Bidding
Schedule providedin the Solicitation. Only Pricing Proposals from those
Technical Proposals who are determined to be within the Competitive
Range will be opened. The Competitive Range will consist of the most
highly rated Technical Proposals, and will be determined by the
Contracting Officer. A Government Estimate will be prepared and will be
used in the evaluation of the Pricing Proposals. Price reasonableness
that matches the proposed technical approach is considered to be a
critical factor in the Government's evaluation. However, award of the
Contract will not be based solely on the lowest Pricing Proposal.
Significant, unexplained differences where proposed prices do not match
the proposed technical approach and risk involved may result in a
proposal being removed from the Competitive Range. The Government has
reserved the right to award the Contract without discussions. The
estimated magnitude of the proposed procurement is between $1,000,000
and $5,000,000. Plans and specifications will be provided on CD-ROM at
no cost(limit 1 CD-ROM per firm). Paper copies will not be available
from the Government. This Solicitation will also be posted on the World
Wide Web at the following address: http://www.mvr-.usace.army.mil. This
procurement is 100% Set-Aside for Small Business Only. The Standard
Industrial Classification (SIC) Code is 1622, Size Standard = $17
Million. The apparent successful offeror must be registered in the
Department of Defense Central Contractor Registration (CCR) Database.
No Contract award will be made until this requirement is met. Offerors
not already registered in the CCR are highly encouraged to do so by
calling 1-888-227-2423, or via the World Wide Web at the following
address: http://ccr.edi.disa.mil. Posted 06/09/00 (W-SN463484). (0161) Loren Data Corp. http://www.ld.com (SYN# 0151 20000613\Z-0025.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|