|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,2000 PSA#2589U.S. Army Engineer District, Rock Island, Corps of Engineers, Clock
Tower Building, P.O. Box 2004, Rock Island, Illinois 61204-2004 Z -- MAJOR REHABILITATION, STAGE II, LOCK AND DAM NO. 12, MISSISSIPPI
RIVER, JACKSON COUNTY, IOWA AND JO DAVIESS COUNTY ILLINOIS SOL
DACW25-00-R-0005 DUE 070600 POC Procurement Technician, Murilene
Knight, 309-794-5613, or Contract Specialist, Thomas Bales,
309-794-5661, or via the World Wide Web at:
http://www.mvr.usace.army.mil/ Demolition, concrete removal, concrete
placement, construction of masonry control stand booths, installation
of lock bubbler system, removal and disposal of asbestos, PCB, and
lead-based paint materials, removal and replacement of structural steel
and steel armoring, structural steel cleaning and painting, removal and
replacement of miter gate and tainter valve machinery, miter gate
pintle inspection and repair, removal and relocation of traveling
kevel, construction of masonry scooter building, regalvanization of
existing grating, installation of new metal grating, removal and
replacement of fencing, removal and replacement of handrailing, removal
and replacement of various checkpoints and lock ladders, modification
of light standards, removal and replacement of electrical power
distribution and control wiring and equipment systems, including
stand-by generator. The construction contract will be awarded using
competitive negotiation procedures for achieving the best value to the
Government through the Source Selection Process. Award of the contract
will be made to the firm whose technical and price proposal combined,
best meets the Government's needs in the most effective, economical,
and timely manner. The criteria used to determine best value to the
Government in the form of a Technical Proposal, will be outlined in the
Solicitation in decending order of importance as follows: FACTOR 1
TECHNICAL, (Subfactor 1.1 -- Work Plan For Closure Period, Subfactor
1.2- Work Plan For Entire Contract Period, Subfactor 1.3 Plant and
Equipment); FACTOR 2 CORPORATE MANAGEMENT, (Subfactor 2.1 Past
Performance, Subfactor 2.2 Key Personnel); and FACTOR 3 SAFETY,
(Subfactor 3.1 Experience Modifier and Experience Modifier Worksheets).
In addition to the above Technical Proposal criteria, a Pricing
Proposal will be required to be submitted only from those offerors
whose Technical Proposal is considered to be in the Competitive Range,
and will be based on the Bidding Schedule form provided in the
Solicitation. The Competitive Range will consist of the most highly
rated Technical Proposals, and will be determined by the Contracting
Officer. A Government Estimate will be prepared and will be used in the
evaluation of the required Pricing Proposals. Price reasonableness that
matches the proposed technical approach is considered to be a critical
factor in the Government's evaluation. However, award of a contract
will not be based solely on the lowest Price Proposal. Significant,
unexplained differences where proposed prices do not match the proposed
technical approach and risk involved may result in a proposal being
removed from the Competitive Range. If required, discussions will be
conducted will all of the offerors in the Competitive Range. The
Government has reserved the right to award the contract without
discussions. The estimated magnitude of the proposed procurement is
between $10,000,000 and $25,000,000. Plans and Specifications will be
provided on CD-ROM at no cost (Limit 1 per Firm). Paper copies will not
be availablefrom the Government. The Solicitation will also be posted
on the World Wide Web at the following address:
http://www.mvr.usace.army.mil/ . This procurement is Unrestricted.
Proposals will be accepted from all responsible sources. The apparent
successful offeror must be registered in the Department of Defense
Central Contractor Registration (CCR) database. No contract award will
be made until this requirement is met. Offerors not already registered
in the CCR are highly encouraged to do so by calling 1-888-227-2423, or
via the World Wide Web at the following address:
http://ccr.edi.disa.mil. The Standard Industrial Classification (SIC)
is 1629. The Small Business Size Standard is $17 Million. Posted
04/26/00 (W-SN448951). (0117) Loren Data Corp. http://www.ld.com (SYN# 0110 20000428\Z-0004.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|