|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1995 PSA#1416US Army, Sacramento District, Corps of Engineers, 1325 J Street,
Sacramento, California 95814-2922 Y -- JOB ORDER CONTRACT (JOC), SIERRA ARMY DEPOT, HERLONG, CA SOL
DACA05-95-R-0062 DUE 101795 POC Contacts: Recorded ordering info:
(916)557-5220; problems w/orders (916)557-5248/5240. Fax requests for
plan holders' lists (916)557-7842. Fax technical questions to (916)
557-7854. Contact Contract Specialist, Tim McGlynn, (916) 557-7945 for
other information. Contracting Officer, Ronald J. Miller Indefinite
Delivery/Indefinite Quantity Contract (Job Order Contract, JOC) in
support of the Directorate of Engineering and Housing (DEH) activities
at Sierra Army Depot, Herlong, California. The contract is for a broad
range of maintenance, repair and minor construction work on real
property involving the following types of work: Heating, ventilation
and air conditioning (HVAC), electrical, refrigeration, carpentry,
masonry, glazing, painting, plumbing, roofing, welding, steamfitting,
bricklaying, sheet metal, soft flooring, plastering, asbestos removal,
oil or spill abatement, insulation work, ceiling systems, doors,
concrete, paving, site work, and other miscellaneous construction work.
The contract will be an indifinite delivery/indefinite quantity type
contract and will include a wide variety of individual construction
tasks. After award and during the contract period, the individual tasks
will be identified and issued as individual delivery orders to the
contractor. The contractor will be required to furnish all materials,
equipment and personnel necessary to manage and accomplish the jobs.
The contract will have a base year and four (4) option years. The
yearly volume of construction work under the contract is expected to be
a minimum of $250,000 per year and a maximum of $3,000,000 per year.
This procurement will be conducted under SIC code 1542. The size
standard for this SIC code is $17,000,000. The acquisition method is a
negotiated procurement. A technical and cost proposal will be
required. Evaluation by the Government will result in selection of the
firm that represents the best advantage to the Government. Large
businesses competing for this project must comply with the FAR 219-9
clause regarding the requirment for a subcontracting plan on the part
of the work it intends to subcontract. The recommended goals for
subcontracting are 52.5% for small business, 8.8% for small
disadvantaged business, and 3.0% for small business-woman owned. A firm
that submits a plan with lesser goals must submit written rationale to
support goals submitted. Specifications will be available on or about
September 14, 1995 at no cost. Firms should mail or deliver in person
their order requrest to USAED Sacramento, ATTN: Plan Room, 1325 J
Street, Sacramento, CA 95814-2922. Firms are requested to provide their
name, street and mailing address, telephone number and the solicitation
number of the project. Requests must be received by October 13, 1995 to
ensure receipt by mail. All responsible sources may submit a proposal
which will be considered by the agency. (0233) Loren Data Corp. http://www.ld.com (SYN# 0128 19950822\Y-0001.SOL)
Y - Construction of Structures and Facilities Index Page
|
|