|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 17,1997 PSA#1953USPFO for Colorado, 660 S. Aspen St., Stop 53, Buckley ANG Base,
Aurora, CO 80011-9511 Z -- MAINTENANCE, REPAIR, OR ALTERATION OF REAL PROPERTY SOL
DAHA0005-97-B-0004 POC Jacqualyne Ramsel, Contract Specialist,
303-677-9950, or Linda Payne, Contracting Officer, 303-677-9960 WEB:
http://www.ysa.gov, www.usa.gov. E-MAIL: MNIBLETT@COBKF.ANG.AF.MIL,
MNIBLETT@COBKF.ANG.AF.MIL. The Colorado Air National Guard has the
intent to award an IDIQ Fixed Price Job Order Contract (JOC) using Two
Step Sealed Bidding. Competition will be limited to 8(a) firms
serviced by the SBA Denver District Office having a primary SIC Code of
1542, among their approved SIC codes. Competition is further restricted
to those firms having a local office in the Denver area. All other
firms are deemed ineligible to submit offers. Performance sites will
be: Buckley ANG Base, Aurora, CO; Greeley ANG Station, Greeley, CO;
Fort Carson, CO; Pueblo Depot Activity, Pueblo, CO; and Surface
Maintenance Facility, Longmont, CO. The contract will consist of a base
year plus four option years (if the Government chooses to exercise the
option years) and will not exceed $10,000,000.00 total. Step One,
Request for Technical Proposal, will be issued upon completion of
synopsis period with Technical Proposal due approximately 30 days
thereafter. A Site Visit/Pre-Proposal Conference will be held about two
weeks after Request for Technical Proposal is issued. Offerors will be
required to submit a Technical Proposal consisting of separate
sections for each individual area. Technical Proposals must provide
complete and detailed information as to how the required performance
will be accomplished. Specific instructions for preparation of the
Technical Proposal will be provided with the Solicitation. Technical
Proposal shall not include prices or pricing information. Only one
Technical Proposal may be submitted by each offeror. The following
evaluation factors will be applied: (1) A thorough understanding of the
mission and Job Order process; (2) Evidence of capability to perform
including references for similar work with contract numbers, points of
contact, and telephone numbers; (3) financial capabilities to perform
in many areas at the same time and in many different capacities at the
same time; (4) a complete resume of key personnel; (5) compliance with
environmental and safety programs; and (6) familiarity with the
geographic location. Requests for the solicitation must be submitted in
writing and must include: (1) Certification or affirmation that
contractor is 8(a) certified; (2) Affirmation that the offeror
understands that a detailed and complete Technical Proposal will first
be analyzed by the Government before pricing is requested and (3)
Taxpayer Identification Number. Requests must be submitted by mail to
the address shown above. Telephone or facsimile requests will not be
accepted. The return address must be a street address and not a Post
Office Box. 8(a) contractors responding to this notice without
providing the above required information may be considered ineligible
to receive the Request for Technical Proposal. Note: Stop #53 has been
changed to Stop #69. (0288) Loren Data Corp. http://www.ld.com (SYN# 0113 19971017\Z-0015.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|