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 TASK ORDER CONSTRUCTION CONTRACT FOR VARIOUS SCHOOL SITES WITHIN THE DISTRICT OF COLUMBIA PUBLIC SCHOOLS SYSTEM FOR PAVING RENOVATIONS SOL DACW31-00-R-0069 DUE 090500 POC CENAB-CT-C, Terri Dockery, (410)962-2708 Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Construction (TOC) Contract is required for Paving Renovations for the District of Columbia Public Schools System to be executed by the U.S. Army Corps of Engineers-Baltimore District. This procurement is being advertised as a Request for Proposal (RFP) and is SET ASIDE for SMALL BUSINESS. Standard Industrial Code is 1611 and the size standard is $17 Million. Contractors must show evidence, or positive proof, that required bonding capacity exist in order to be considered. 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 at (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. This IDIQ contract is for paving renovations on real property for the District of Columbia Public School System. The contract type is an Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Construction (TOC) Contract and will list a variety of paving tasks such as: bituminous pavement, bituminous surface treatment, concrete pavements for small projects, pavement markings, concrete sidewalks, curbs and gutters, concrete block pavement, playground safety surfacing, seeding, sodding, recycled asphalt concrete intermediate and wearing courses for roads, sealing of cracks in bituminous pavements, patching of rigid pavements and masonry work. After award, individual task orders will be issued against 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 task orders. Individual task 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 years 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 RPF. 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 obtainedfrom the DoD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged business 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. The RFP package will be available for $20.88 per set, non-refundable. Make company check or money order payable to USAED-Baltimore and mail to the attention of CENAB-CT-O, 10 S. Howard Street, Room 7000, Baltimore, MD 21201, no cash will be accepted. Make sure checks are correctly marked with RFP number. Request General Contractors who intend to bid this project include their TAX ID NUMBER, DUNS NUMBER and CAGE CODE with check for processing, this information IS NOT needed to purchase plans and specs. Questions regarding this procurement can be directed to Terri Dockery, CENAB-CT-C at (410)962-2708, fax (410)962-0933, email at theresa.s.dockery@nab02.usace.army.mil, or by mail at CENAB-CT-C, Terri Dockery, 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 8 August 2000 with proposals due on or about 8 September 2000. Posted 07/21/00 (W-SN477462). (0203)

Loren Data Corp. http://www.ld.com (SYN# 0191 20000725\Z-0059.SOL)

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


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