Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9, 2001 PSA #2785
SOLICITATIONS

Z -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONSTRUCTION CONTRACT, PAINTING OF VARIOUS SCHOOLS WITHIN THE DISTRICT OF COLUMBIA

Notice Date
February 7, 2001
Contracting Office
Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715
ZIP Code
21201-1715
Solicitation Number
DACW31-00-R-0068
Response Due
March 28, 2001
Point of Contact
Mrs. Susan Hanle, Contract Specialist, 410-962-3204
E-Mail Address
Click here to contact the contract specialist (SUSAN.L.HANLE@nab02.usace.army.mil)
Description
Z- CONTRACTORS MAY VIEW AND/OR DOWNLOAD SOLICITATION INFORMATION FROM THE INTERNET AT HTTP://EBS.NAB.USACE.ARMY.MIL. ALL CONTRACTORS MUST GO TO THIS WEB SITE TO REGISTER AS A PLAN HOLDER. IN ORDER TO REGISTER EACH CONTRACTOR MUST HAVE A VALID DUN & BRADSTREET NUMBER AND CAGE CODE NUMBER ASSIGNED FOR THE SPECIFIC LOCATION BEING REGISTERED AND ALSO BE REGISTERED IN THE CENTRAL CONTRACTOR DATABASE. EACH CONTRACTOR NEED ONLY REGISTER ONCE FOR EACH SOLICITATION. ONLY REGISTERED PLAN HOLDERS WILL BE PROVIDED THE SOLICTIATION. Indefinite Delivery Indefinite Quantity (IDIQ) contract is required for Painting Renovations for the District of Columbia Public Schools System executed by the U.S. Army Corps of Engineers-Baltimore District. This proposed procurement is an Unrestricted Request for Proposal (RFP). Standard Industrial Code is 1751, size standard is $11,500,000.00 This IDIQ is for painting renovations on real property for the District of Columbia Public School System. The contract type is an Indefinite Delivery Indefinite Quantity (IDIQ). It is anticipated that three (3) contracts will be awarded from this solicitation. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. After award, individual delivery orders will be issued against the contract to the successful contractor. The contractor will be required to furnish all material, equipment and personnel necessary to manage and accomplish the work in the individual delivery orders. Individual delivery orders will vary in size with a majority expected to be a small to medium size. The base contract period will be for twelve (12) months with one (1) twelve (12) month option year. The estimated contract amount for the base contract period plus one (1) option year is between $4,000,000.00. This advertisement is a request for proposal that requires separate technical and cost proposals to be evaluated for Best Value for award of the project. The technical evaluation criteria will be established in the RFP. Large business firms are required to submit a subcontracting plan. The subcontracting goals are 60% for small business, 15% for small disadvantaged business, 8% for women owned small business and 2% for Hubzone small businesses. The subcontracting plan needs to be submitted at the time of receipt for propoosals. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. The initial registration date expired 31 May 1998. For information regarding future registration, contact (1) CCR Web site at http://www.acq.osd.mil/ec; (2) dial up modem at (614) 692-6788 (User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value Added Network. To review the database, the web site is: http://www.fedecnavigator.disa.mil. Additionally a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. The RFP package is available for $20.88 per set, non-refundable. Make company check or money order payable to USAED-Baltimore and mail to the attention of Mrs. Susan hanle, CENAB-CT-C, 10 S. Howard Street, Room 7000, Baltimore, MD 21201 (NO CASH WILL BE ACCEPTED). Contractors are encouraged to provide their Federal Express Account Number at the time of request or have the solicitation documents picked up. Make sure checks are marked with the correct RFP number. Questions regarding this procurement can be directed to Mrs. Susan Hanle CENAB-CT-C at (410) 962-3204, fax (410)962-2776, by email at SUSAN.L.HANLE@nab02.usace.army.mil, or by mail at CENAB-CT-C, Susan Hanle, P.O. Box 1715, Baltimore, MD 21203-1715. All responsible sources may submit a proposal, which shall be considered by the agency. Issuance of project is expected on or about 26 February 2001 with proposals due on or about 28 March 2001.
Web Link
Click here to enter the Baltimore District, web page (http://ebs.nab.usace.army.mil)
Record
Loren Data Corp. 20010209/ZSOL009.HTM (W-038 SN50D0H2)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on February 7, 2001 by Loren Data Corp. -- info@ld.com