Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,2000 PSA#2589

U.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