|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 7,1996 PSA#1546United States property and Fiscal Office for Tennessee, P.O. Box 40748,
Powell Ave., Nashville, Tennessee 37204-0748 Z -- JOB ORDER CONTRACT FOR THE TENNESSEE AIR NATIONAL GUARD AT
MEMPHIS INTERNATIONAL AIRPORT, MEMPHIS, TENNESSEE Sol DAHA40-96-R-0002,
contact Sgt Barry L. Baxter, Contract Specialist, (615) 313-2654, or
LTC James L. Coonce, Contracting Officer (615) 313-2650. Job Order
Contract (JOC). The JOC is for a broad range of maintenance, repair and
minor construction work on real property for the Tennessee Air National
Guard at Memphis International Airport, Memphis, Tennessee. The
contract will be an indefinite delivery-indefinite quantity type
contract and will include a wide variety of individual construction
tasks as identified by the Base Civil Engineer. The contractor will be
required to furnish all materials, equipment, and personnel necessary
to manage and accomplish the projects. Individual jobs will vary in
size and complexity and will include but will not be limited to tasks
in a variety of trades, including carpentry, road repair, roofing,
excavating, interior electrical, steam fitting, plumbing, sheet metal,
painting, demolition, concrete masonry and welding. During the
contract period, the Air Guard will identify construction tasks
required to complete each specific job. Delivery orders shall be issued
based upon these individual projects. The performance period will be a
twelve month basic period with four (4) twelve month option periods to
be executed at the Government's option. Individual performance periods
will be contained in each delivery order. Delivery orders shall not
exceed $300,000.00. Minimum guaranteed value of the contract is
$5,000.00. This procurement will be accomplished by using ``Two-Step
Sealed Bidding'' procedures. Step one requires the offeror to submit a
technical proposal. The technical proposal shall not include prices or
pricing information. The Government will evaluate and, if necessary,
discuss the technical proposal with the offeror to determine the
acceptability of the services offered. All responsible sources may
submit a proposal which shall be considered. Offerors shall be
evaluated in three general areas, with in-depth examinations made of
each. These areas are listed below in descending order of relative
importance in the evaluation process. Items listed within each area are
in descending order of importance for that area. Area A: Project
Management Ability: Item 1: Key Project Management Staff; Item 2:
Quality Control Plan; Item : Financial Capability; Item 4: Technical
Support Staff; Area B: Subcontracting Support Capability: Item 1:
Subcontract Management; Item 2: Identification of key Subcontractors;
Item 3: Purchasing System/Level of Subcontracting and Area C: Company
Experience. General Evaluation Criteria. Technical evaluations will be
made independent of each other. Request for Technical Proposal No.
DAHA40-96-R-0001 will be issued o/a 29 March 1996, with responses due
o/a 30 April 1996. Only Written requests for the Technical Proposal
requirements package will be accepted. Forward request to USPFO for
Tennessee, Attn: Sgt. Barry L. Baxter, Contract Specialist, P.O. Box
40748, Powell Ave., Nashville, Tennessee 37204-0748. Offerors should
submit technical proposals that are acceptable without additional
explanation or information. The Government may make a final
determination regarding a proposal's acceptability solely on the basis
of the proposal as submitted, and the Government may proceed with the
second step without requesting further information from any offeror.
however, the Government may request additional information from
offerors on technical proposals that could reasonably by made
acceptable. At the conclusion of the technical evaluation, Offerors not
being selected will be forwarded a notice of unacceptability. Step two
involves the submission of ``priced'' bids. The names of the firms
submitting acceptable technical proposals will be listed in the
Commerce Business Daily for subcontracting purposes. An Invitation for
Bid (IFB) shall be issued only to those firms that were determined
technically acceptable under Step One procedures. Each bid received in
the second step must be based on the offeror's own technical proposal
as submitted under Step one procedures. A pre-proposal conference is
tentatively scheduled for 16 April 1996 at the Tennessee Air National
Guard, Memphis International Airbase, Memphis, Tennessee. This
procurement is open to large as well as small business firms
(unrestricted). (061) Loren Data Corp. http://www.ld.com (SYN# 0139 19960306\Z-0002.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|