Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 7, 2001 PSA #2993
SOLICITATIONS

Z -- FY02 INDEFINITE DELIVERY-INDEFINITE QUANTITY CONTRACT FOR SERVICES & CONSTRUCTION WITH TIME & MATERIAL CAPABILITIES, MEDICAL (MEDCOM) FACILITIES, HONOLULU ENGINEER DISTRICT AREA OF RESPONSIBILITY

Notice Date
December 5, 2001
Contracting Office
US Army Corps Of Engineers -- Honolulu, Building 230, Fort Shafter, HI 96858-5440
ZIP Code
96858-5440
Solicitation Number
DACA83-02-R-0006
Response Due
January 31, 2002
Point of Contact
Renee Hicks, 808-438-8567, FAX 808-438-8588
E-Mail Address
US Army Corps Of Engineers -- Honolulu (renee.m.hicks@poh01.usace.army.mil)
Description
FY02 Indefinite Delivery-Indefinite Quantity (IDIQ) Contract for Services and Construction with Time and Material (T&M) Capabilities, Medical (MEDCOM) Facilities, Honolulu Engineer District Area of Responsibility (AOR). This is an unrestricted procurement utilizing electronic bid sets (EBS). This proposed IDIQ contract is intended to provide a rapid response to maintenance, major repair and minor construction situations relating, but not limited to, the civil, architectural, mechanical, plumbing, structur al, electrical, HVAC, instrumentation, security and safety of medical facilities, primarily MEDCOM, and other Government facilities in a cost effective manner, Government medical facility major repair and minor construction shall conform to the requirement s of the Joint Commission on Accreditation of Healthcare, Organizations (JCAHO), Guidelines for Construction and Equipment of Hospital and Medical Facilities, and Accreditation Manual for Hospitals. Approximately 10% of the work may be for non-MEDCOM faci lities. The contractor will be required to furnish all labor, materials, permits, equipment, and services necessary to manage and accomplish designated deliveries, recommending a solution, and remediating the problem in a timely and efficient manner. Tas k orders may require the Contractor to develop a plan which identifies work to be performed, new equipment and materials to be installed, work procedures, and management approach. The Contractor may then be required to implement the plan and prepare docum entation on operation and maintenance, training, warranties, and other required items. There will be approximately two (2) awards made under this solicitation. The duration of the contract will initially be a 12-month period (Base period) with options fo r three (3) additional years. For each contract, the dollar value of the contract during the base period is a stated minimum quantity of $90,000.00 with a potential dollar value estimated maximum of $4,500,000.00. A maximum of $4,500,000.00 will be award ed between the contracts during the base period based on competition between the successful offerors. If the options are exercised, the stated minimum quantity and the estimated potential maximum amount for each option period are $40,000.00 and $4,000,000 .00, respectively. A maximum of $4,000,000.00 will be awarded between the contracts based on competition between the successful offerors during each option period. Performance and payment bonds will be required for this project. Selection will be based upon evaluation factors which include (a) experience, (b) past performance, (c) technical approach, (d) management factors, (e) price, (f) small business program, (g) organization, and (h) rapid response. Solicitation to be issued O/A December 21, 2001, u tilizing Electronic Bid Sets (EBS). Traditional hard copies of plans and specifications will not be available for this projects. Solicitation documents will be provided on Compact Disks-Read Only Memory (CD-ROM) for a non-refundable charge of $67.92. So licitation documents shall be requested through any of the following methods only: a) mail requests to: Defense Automated Printing Service, Attn: Army Corps Solicitation, 1025 Quincy Ave. Suite 200, Pearl Harbor, Hawaii 96860-4512; b) via courier ser vice (Fedex, UPS, etc.) to: Defense Automated Printing Service, Attn: Army Corps Solicitation, Pearl Harbor Naval Base, Building 550, Pearl Harbor, Hawaii 96860; or c) via facsimile (if paying by credit card) to (808) 473-2604. Requests must state com pany name, address, telephone number, facsimile number, solicitation number, project title, and company designation (prime contractor, subcontractor, supplier, or plan room). Envelope front must show the solicitation number. Checks shall be made out paya ble to Superintendent of Documents. Provide separate check for each project requested. Checks containing payment for multiple projects will be returned to re questor without action. Facsimile requests must state (1) the above required company information, and (2) cardholder's name, account number, and card expiration date. VISA and MasterCard are the only credit cards accepted. Firms requesting air express s ervice shall furnish completed airbills showing recipient's name, company name, telephone number, company billing account number, and type of delivery required. Firms with foreign delivery addresses shall provide completed commercial or corporate invoices in addition to the completed airbills. Failure to supply completed airbills and commercial or corporate invoices (if applicable) will result in solicitation documents being sent via regular US mail. Failure to provide any of the foregoing information, d ocuments, and/or payment may delay mailing of solicitation documents. Solicitation documents are not available for purchase or pick-up over the counter at DAPS. Please allow up to five days from the date DAPS receives requests for solicitation documents to be mailed out. Address inquiries regarding issuance of solicitations, amendments, and plan holder listings to DAPS at (808) 473-0451. Address technical and all other inquiries to the points of contact identified in this document. Firms with Internet access are requested to obtain plan holder listings from DAPS website http://www.hawaii.wnbt.daps.mil/ARMY/corps.htm. Project information, to include Bid Opening Dates, can be obtained from the Honolulu Engineer District website http://www.poh.usace.army. mil/pohct. Small, small disadvantaged and women-owned small business concerns are encourage to participate as prime contractors or as members of joint ventures with other small businesses and all interested contractors are reminded that the successful con tractor will be expected to place subcontracts to the maximum practicable extent with small, small disadvantaged and women-owned small business concerns in accordance with the provisions of Public Law 95-507.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011207/ZSOL010.HTM (D-339 SN514529)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on December 5, 2001 by Loren Data Corp. -- info@ld.com