Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,1998 PSA#2028

Commanding Officer, Engineering Field Activity West, 900 Commodore Dr. San Bruno, CA 94066-5006

Y -- REQUEST FOR PROPOSAL FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONSTRUCTION CONTRACTS FOR CALIFORNIA, NEVADA, UTAH AND IDAHO. SOL N62474-98-R-2035 DUE 032798 POC MS. M. Walker, Contracting Officer, FAX (650) 244-2986. SOLICITATION NOTICE -- This procurement is for one solicitation resulting in the award of multiple Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts. The type of work is repairs, renovation, wholehouse revitalization, design-build, new construction and alterations to shore facilities and utilities belonging to the U.S. Government. The work will take place at various locations within California, Nevada, Utah and Idaho. The government reserves the right to include work outside the geographic area due to urgency. Each of the contracts awarded will be firm fixed price for one base year with two option years. The total estimated construction cost for each contract is $10,000,000 per year. There is a minimum guarantee of $50,000 for each of the contract for the base and each of the two option years. The initial contracts will be awarded based on "Best Value" using the criteria outlined in the solicitation. Price of the initial projects and technical factors are approximately equal in weight. Factor #1 "Past Performance" Factor #2 "Experience of Firm and of Key Personnel" and Factor #3 "Commitment to Small Business". One contract will be award with the initial project in the solicitation. Other contracts awarded will be for the minimum guarantee of $50,000 with projects to follow at a later date. Projects assigned to these IDIQ contracts will use the Solution Order Concept (SOC) approach to scope and price the work under subsequent delivery orders. Each delivery order will be firm fixed price with specific completion dates. No protests to the award of future delivery orders will be allowed. The Standard Industrial Codes are 1542, 1522 and 1521 and the related small business standard is $17,000,000. This procurement is unrestricted. Plans and specifications will be available 25 February 1998. A pre-proposal conference will be scheduled. -- The initial Request for Proposal is N62474-98-R-2035, Repair of temporary Lodge Facilities, Building 417 at Travis Air Force Base, Fairfield, California. The work consists of partial demolition including asbestos and lead paint, and complete renovation of four one-story concrete VOQ buildings (two in base bid and two in optional bid item), structural, mechanical and electrical work and site improvements including storm drain, paving, other civil work and landscape planting an irrigation. Estimated cost is between $1,000,000 and $5,000,000. Interested proposers must request for solicitation in writing stating RFP N62474-98-R-2035. There is a $64.80 non-refundable charge for each set of plans and specifications. You may charge your request to a Corporate Visa Credit Card or make your Cashier's Check or Money Order payable to U.S. TREASURY and send to: THE DEFENSE AUTOMATED PRINTING SERVICE, Attn: Andy Venable, 230 Boatswain Way, Bldg. 311-3ED, Fleet Industrial Supply Center (FISC), Oakland, CA 94625-5013. CASH, PERSONAL CHECKS AND CORPORATE CHECKS WILL NOT BE ACCEPTED. Please include (1) Point of Contact, (2) Complete Company name and mailing Address, (3) Telephone and FAX Numbers, and (4) state whether you are proposing as a prime, sub-contractor or supplier. Incomplete requests will be returned to sender. To obtain a Planholders List (PHL), fax your request to (510) 302-5192. PHLs will be mailed and WILL NOT be faxed. Technical inquiries, inquiries about the receipt of proposal date, or verification of number of amendments MUST be submitted in WRITING and FAXED to May Walker, EFA West, (650) 244-2986, PRIOR to Receipt of Proposal date. (0036)

Loren Data Corp. http://www.ld.com (SYN# 0117 19980209\Y-0009.SOL)


Y - Construction of Structures and Facilities Index Page