Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 23, 2001 PSA #2857
SOLICITATIONS

Z -- JOB ORDER CONTRACT (JOC) CONSTRUCTION/REPAIR REQUIREMENTS AT MEDICAL FACILITIES FOR U.S. ARMY MEDICAL COMMAND (MEDCOM), UNITED STATES AND TERRITORIES

Notice Date
May 21, 2001
Contracting Office
U.S. Army Corps Of Engineers, Fort Worth District, P.O. Box 17300, 819 Taylor Street, Attn: CESWF-CT, Fort Worth, TX 76102-0300
ZIP Code
76102-0300
Solicitation Number
DACA63-01-R-0013
Response Due
August 10, 2001
Point of Contact
Frank A. Wilson, Contract Specialist, (817) 978-4413
E-Mail Address
Click here to email the Contract Specialist with any (frank.a.wilson@swf.usace.army.mil)
Description
Firm-Fixed Price construction contract(s) for two Job Order Contracts to provide efficient and expeditious execution of work plans, repair, alterations, and minor construction, work nationwide at U.S. Army Medical Command (MEDCOM) Installations (Ft. Sam Houston, TX, Ft. Detrick, MD, and Walter Reed Army Medical Center) and Medical Facilities throughout the MEDCOM North Atlantic, Southeast, Great Plains, Western, and Pacific Regions including Puerto Rico, Alaska and Hawaii. Using best value acquisition procedures and in accordance with FAR Part 15, the intent of the Government is to award two (2) JOC type contracts, on which individual task orders will be issued, to the two (2) highest qualified (technical and price) contractors. Estimated duration for the contract(s) award will be an initial base period of 12 months with four (4) option periods of 12 months each for a total not-to-exceed of sixty (60) months. Option Periods will be exercised at the Government's discretion. The anticipated amount for the Base Period and each Option period is $4,000,000.00 with a not-to-exceed $20,000,000.00 for the life of the each contract. The minimum guaranteed amount for the initial 12-month base period is $80,000.00 and for the 12-month Option Period is $40,000.00. Contract awards will be based upon "Best Value" to the Government which may or may not be the lowest-price offered. To determine best value, the Government will evaluate technical proposals having specific management and technical evaluation criteria consisting of past performance, related experience, past performance as related to subcontracting utilization (large businesses only), Subcontracting Plan (as required by FAR 52.219-9) and price proposals. The Government intends to issue this solicitation through the use of the Internet and CD ROM. Amendments to this solicitation will be issued as Internet only. No additional media (Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Contractors may view/download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: http://ebs.swf.usace.army.mil. All offerors are required to check the Ft. Worth District Contracting Division website daily to be notified of any changes to this solicitation. All offerors are encouraged to visit the Army's Single Face to Industry website at http://acquisition.army.mil/default.htm to view other business opportunities. Solicitation to be issued on or about 26 June 2001. Proposals are due on or about 10 August 2001. This is an unrestricted solicitation. If a large business firm intends to submit a proposal, it must comply with FAR 52.219-9 clause regarding the requirement for a subcontracting plan. The Fort Worth District subcontracting goals are for specified percentages of the contractor's total planned subcontract amount to be placed with the following: Small Business 61.4%; Small Disadvantaged Business 9.1%; Women-Owned Small Business 5.0%; American Veteran-Owned Small Business 3.0%; Historically Black Colleges & Universities/Minority Institutions (where applicable) 2.0%; and HUBZone Small Business 0.5%. The North American Industrial Classification System (NAICS) Code applicable to this project is 23332, Commercial and Institutional Building Construction, which corresponds to SIC Code 1542. The Small Business Size Standard is $27.5 Million. Offers must be registered with the Central Contractor Registration (CCR), in order to receive a government contract award. To register, the CCR Internet address is "http://ccr.edi.disa.mil/ccragent/plsql/ccr.welcome". Bidders should register themselves on the Internet to receive a copy of this solicitation (CD-ROM). NO EXPRESS MAIL PROCEDURES WILL BE UTILIZIED ON INITIAL MAILING OF THE CD.
Web Link
Click for Contracting Division Web Page. Click on Advertised (http://ebs.swf.usace.army.mil)
Record
Loren Data Corp. 20010523/ZSOL007.HTM (W-141 SN50M6X4)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on May 21, 2001 by Loren Data Corp. -- info@ld.com