|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11,1998 PSA#2240GSA, DC South Service Delivery Team (WPK), 7th & D Streets SW, Room
2670, Washington, DC 20407 Z -- MULTIPLE AWARD IDIQ 8(A) TERM CONSTRUCTION CONTRACT WITH LIMITED
DESIGN CAPABILITIES WITHIN ALL LOCATIONS THROUGHOUT THE NATIONAL
CAPITAL REGION SOL GS11P99MQD0013 DUE 020899 POC Delores
Peterson/Patricia Taylor, 202-708-7431/202-708-7413 E-MAIL:
SOLICITATION NO. GS11P99MQD0013, michael.vrobel@gsa.gov. Multiple Award
IDIQ 8(A) Term Construction Contract With Limited Design Capabilities
Within All Locations Throughout The National Capital Region published
in the Commerce Business Daily on Monday, December 7, 1998 is hereby
amended to read as follow: Request for Proposals Notice for Indefinite
Delivery/Indefinite Quantity Multiple Award Task Order Contract for
Construction in the National Capital Region (NCR), Washington, DC
Metropolitan Area, GS11P99MQD0013. Issue Request for Technical
Proposals (Phase I): 01/07/99. Receive Technical Proposals: 02/08/99.
Estimated Cost Range: $2,000.00 -- $6,000,000.00 per task order.
Guaranteed Minimum: $100,000. Anticipated Maximum: $6,000,000.00. Time
for Completion: 365 calendar days after award. Typical task order
could contain some or all of the following: Modifications to
architectural components including but not limited to: ceilings, walls,
floors (including access floor systems), roofing systems, millwork, and
wall coverings. Work also includes modifications and replacement of
mechanical systems to include, but not be limited to: air handling
units, environmental services, chillers, boilers, ductwork systems and
accessories, piping systems including pumps, HVAC system controls,
fire protection sprinkler systems and accessories, and plumbing
equipment/accessories. Work also includes electrical systems to include
but not be limited to lighting systems, primary and secondary power
distribution systems, and transformers. Special competencies will be
required for any work involving membrane roofing, asbestos abatement,
PCB removal and/or elevator work. The Government will award up to five
(5) Indefinite Delivery Indefinite Quantity contracts under this
solicitation. Each award will be for one year. There will also be four
additional one-year options. The award of a firm-fixed price task
order will result from Phase II of this solicitation. It is anticipated
that future projects will be awarded on a task order basis to the one
contractor (of the five awardees) who offers the lowest lump sum price.
This is a competitive 8(A) negotiated acquisition. Proposals will be
evaluated using a Two-Phase process. Phase I will be technical
evaluation; Phase II will be for pricing. The Government intends to use
the "greatest value concept" in making selections. The "greatest value
concept" is a method of evaluating price and other related factors
specified in the solicitation, with the goal being to select the
proposal that offers the greatest value to the Government in terms of
performance and other factors. Phase I, Request for Technical Proposal
(RFTP), contains Construction Contract Clauses, Labor Standards,
Solicitation Provisions, Proposal Submittal Requirements and Evaluation
Factors. This RFTP will be issued on or about 01/07/99. All requests
for the RFTP must be in writing. Proposals shall be received in this
office on or about 02/08/99. Specific date and time shall be specified
in the RFTP. Only one proposal may be submitted by each offeror.
Offerors should submit proposals that are acceptable without additional
explanation of information, as the Government may make a final
determine regarding a proposal's acceptability solely on the basis of
the initial proposal submitted. The Government may proceed to Phase II
without discussion. However, the Government may request additional
information from offerors that it considers having a reasonable chance
of being selected to participate in Phase II and may discuss proposals
with the offerors. The Government will evaluate Phase I submissions to
establish those within a "competitive range". Only those firms within
the competitive range will be invited by the Government to provide
Phase II submissions, consisting of pricing (a lump sum price) and any
special requirements defined in the specifications. Two factors will
be considered: a technical evaluation factors and price. The elements
that make up the technical evaluation factor, in order of importance,
are (1) Experience and Past Performance of Firm, (2) Qualifications and
Key Personnel, and (3) Management and Technical Approach. The price
factor is not as important as the technical evaluation factor. As
proposals become more equal in technical merits, price becomes more
important. Phase II, Specifications (Bidding Documents) will be
available from the General Services Administration at no cost.
Technical questions should be directed to the Contracting Officer,
Michael J. Vrobel, at (202) 708-7853, extension 412. The proposed
procurement listed herein is set aside for small business. The
requirement is being solicited through other than full and open
competition. Only certified 8(A) firms serviced by the United States
Small Business Administration, Washington District Office, SIC Code
1542 will be eligible to submit a response. Responses should be mailed
or delivered to the General Services Administration, National Capital
Region, Bid Opening Room, Room 1065, Regional Office Building, 7th and
D Streets, SW, Washington, DC 20407. THERE WILL BE NO PUBLIC OPENING OF
OFFERS. *********** Posted 12/09/98 (W-SN278637). (0343) Loren Data Corp. http://www.ld.com (SYN# 0118 19981211\Z-0012.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|