Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 12,2000 PSA#2640

Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063

Z -- MAINTAIN LANDSCAPING VARIOUS FACILITIES AT NELLIS AFB, NV SOL Reference-Number-RKMF98-0097 POC Stanette Gosselin, Contract Specialist, Phone 702-652-9334, Fax 702-652-2532, Email stanette.gosselin@nellis.af.mil -- Stanette Gosselin, Contract Specialist, Phone 702-652-9334, Fax 702-652-2532, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=Reference-Number-RKMF98-0097&LocID=885. E-MAIL: Stanette Gosselin, stanette.gosselin@nellis.af.mil. Work consists of providing all plants, labor, equipment, materials, and supervision to perform work to complete project RKMF 98-0097, Maintain Landscaping Various Facilities at Nellis AFB, NV. The work includes but is not limited to: removal and disposal of existing lawns, trees, ground cover, boulders, concrete/PVC edging, sidewalks, curbing, gutters; site preparation to include grubbing, excavation, trenching, demolition and disposal of materials off base; importing of top soil, fill, rock mulch; installation of new concrete/stamped sidewalks, community sitting areas, site furnishings; and installation of new automatic underground irrigation system and controls. This is an Indefinite-Delivery/Indefinite-Quantity (IDIQ) type contract. The minimum task order amount will be $2,500.00 with a minimum guaranteed amount of $15,000.00 and a maximum annual contract amount of $2,000,000.00 for the base year and $1,000,000.00 for the option year. The contract performance period will be one year (365 calendar days) with one additional one year option period. The applicable SIC for this acquisition is 0782 with a three year average annual small business size standard of $5 million. The proposed contract listed here is unrestricted and open to all firms, including small, small disadvantaged and HUB Zone concerns. A small business subcontracting plan (with separate goals for small business, HUB Zone small business, small disadvantaged business, and women-owned small business concerns) will be required to be negotiated prior to and included in the award of this project if it is made to a Large Business concern. The successful contractor will be selected using past performance/price tradeoff procedures, resulting in the Best Value to the Government. Past performance is slightly more importance than price. Evaluation preference may be given to HUB Zone registrants. It is anticipated that the solicitation will be issued electronically on or about 27 July 2000 on the Government_s Electronic Posting System (EPS) at http://www.eps.gov. Paper copies are not available. You must register on that site in order to receive notification of changes to the solicitation. NOTE: ANY PROSPECTIVE CONTRACTOR MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) IN ORDER TO BE ELIGIBLE FOR AWARD. Registration requires applicants to have a DUNS number from Dunn & Bradstreet. Registering may take up to three (3) weeks to process. Recommend registering immediately in order to be eligible for timely award. Posted 07/10/00 (D-SN473092). (0192)

Loren Data Corp. http://www.ld.com (SYN# 0176 20000712\Z-0038.SOL)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |


Created on July 10, 2000 by Loren Data Corp. -- info@ld.com