Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 25,2000 PSA#2649

Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715

Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) TASK ORDER CONSTRUCTION CONTRACT, RESTROOM RENOVATIONS, DISTRICT OF COLUMBIA PUBLIC SCHOOLS SYSTEM SOL DACW31-00-R-0075 DUE 090800 POC Regina Wheeler (410) 962-3475 Z-Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Construction Contract is required for Restroom Renovations for the District of Columbia Public Schools System executed by the U.S. Army Corps of Engineers-Baltimore District. This proposed procurement is an Unrestricted Request for Proposal (RFP). Standard Industrial Code is 1542, size standard is $27,500,000.00. The contract type is an Indefinite Delivery Indefinite Quantity (IDIQ) and will list a variety of restroom tasks such as: lead based paint abatement and disposal, steel doors and frames, aluminum doors and frames, wood doors and frames, steel windows and frames, aluminum windows and drames, wood windows and frames, builders (door) hardware, glass and glazing, plastic glazing, lathing and plastering, gypsum wallboard, ceramic tile, bonded terrazzo, resilient flooring, acoustical ceilings, painting, toilet partitions, interior signage, toilet accessories, asbestos abatement, plumbing, general purpose, and electrical work. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. After award, individual delivery orders will be issued against the contract to the successful contractor. The contractor will be required to furnish all material, equipment and personnel necessary to manage and accomplish the work in the individual delivery orders. Individual delivery orders will vary in size with a majority expected to be a small to medium size. The base contract period will be for twelve (12) months with one (1) twelve (12) month option year. The estimated contract amount for the base contract period plus one (1) option year is between $1,000.000.00 and $5,000,000.00. This advertisement is a request for proposal that requires separate technical and cost proposals to be evaluated for Best Value for award of the project. The technical evaluation criteria will be established in the RFP. Large business firms are required to submit a subcontracting plan. The subcontracting goals are 60% for small business, 15% for small disadvantaged business, 8% for women owned small business and 2% for Hubzone small businesses. The subcontracting plan needs to be submitted the time of receipt for propoosals. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. The initial registration date expired 31 May 1998. For information regarding future registration, contact (1) CCR Web site at http://www.acq.osd.mil/ec; (2) dial up modem at (614) 692-6788 (User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value Added Network. To review the database, the web site is: http://www.fedecnavigator.disa.mil. Additionally a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. It is recommended that District of Columbia small and disadvantaged business firms obtain a Local Small and Disadvantaged Business Enterprise Certification from the Government of the District of Columbia. For an application, contact the D. C. office of Local Business Development on (202) 727-3900. If small and disadvantaged businesses currently possess the certification, provide a copy along with all other pertinent information at the time of receipt of proposal. The RFP package is available for $20.88 per set, non-refundable. Make company check or money order payable to USAED-Baltimore and mail to the attention of Ms. Regina Wheeler, CENAB-CT-C, 10 S. Howard Street, Room 7000, Baltimore, MD 21201 (NO CASH WILL BE ACCEPTED). Contractors are encouraged to provide their Federal Express at the time of request or have them pickedup. Make sure checks are marked with the correct RFP number. Questions regarding this procurement can be directed to Regina Wheeler, CENAB-CT-C at (410) 962-3475, fax (410)962-0933, by email at regina.m.wheeler@nab02.usace.army.mil, or by mail at CENAB-CT-C, Regina Wheeler, P.O. Box 1715, Baltimore, MD 21203-1715. All responsible sources may submit a proposal, which shall be considered by the agency. Issuance of project is expected on or about 9 August 2000 with proposals due on or about 8 September 2000. Posted 07/21/00 (W-SN477416). (0203)

Loren Data Corp. http://www.ld.com (SYN# 0159 20000725\Z-0027.SOL)

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


Created on July 21, 2000 by Loren Data Corp. -- info@ld.com