Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 31,2000 PSA#2653

Officer In Charge, Navfac Contracts, Bldg #5, Code R74, Naval Air Engineering Station, Lakehurst, NJ 08733-5011

Z -- PAVING MAINTENANCE AND STRIPING SOL N62472-00-B-3258 POC Charleen Manceri 732-323-5297 or Bonnie Price 732-323-7556 E-MAIL: Charleen Manceri, Contract Specialist, Mancericx@efdnorth.navfac.navy.mil. Pre-solicitation Notice:This procurement is UNRESTRICTED. Provide all labor, material, transportation, equipment, tools, supervision and management efforts necessary to determine and perform repairing bituminous paved areas, by installation of new or combination of new and recycled bituminous materials and sealing pavement cracks. Stripe or restripe pavement, including but not limited to: roads, special airfield markings, parking stalls, stop lines, athletic courts, handicap symbols, directional arrows, crosswalks, cross hatching, and interior and exterior safety striping. Striping work shall include layouts. Work also includes but not limited to: pavement surface preparation, sawcut and remove blacktop and concrete, pavement removal, and incidental related work. Install concrete curbing, sidewalks, roadways and handicap access walks. Offerors shall be aware that there will be no wage adjustments made for the options years. Only one Davis-Bacon wage determination shall be included in the solicitation, and this wage determination shall be in effect for the life of the contract. It is the Government's intention to award one contract with a performance period of 12 months with four (4) 12 month options, to be exercised by the Government if found to be in its best interest. FAR Clause 52-217-8 "Option to Extend Services" and FAC Clause 5252.217-9301 "Option to Extend the Term of the Contract Services" are included in this acquisition. The contract includes the clause titled "Evaluation of Options" (FAR 52.217-5), except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the options(s)" (End of Provision). The Standard Industrial Code (SIC) for this project is 1611. The related Small Business Size Standard is $27.5 million annual receipts for preceding three fiscal years. A Bid Guarantee in the amount of 20% of the minimum guarantee for this contract shall be submitted with the bid. The minimum guarantee is $100,000 for this contract. One contract will be awarded to the responsible offeror. The ESTIMATED date that the solicitation package will be available is 15 Aug 2000 and the estimated receipt of proposals date is 4:30 p.m. on 14 Sep 2000 at Officer in Charge, NAVFAC Contracts, ROICC Office, Building 5, Naval Air Engineering Station, Lakehurst, NJ 08733-5011. Estimated cost range for this project will be: $5,000,000 -- 10,000,000. THIS SOLICITATION IS BEING ISSUED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. Plans and Specifications will NOT be directly provided in a paper hard copy format or CD ROM. The address for downloading this solicitation from the Internet is: http://www.efdnorth.navfac.navy.mil/ebs/asp/advertisedsolicitations.asp or can be located on the NAVFAC E-Solicitation Web at: http://www.esol.navfac.navy.mil/ Downloading from the Internet is free of charge, however, some plans and specifications will take a considerable amount of time to download. All prospective offerors are encouraged to register on the Northern Division Internet ebs site for this project when plans and specifications become available. An official Planholders list will be maintained on-line and can be printed from the web site. Planholders lists will not be faxed and will only be available from the web site. Notification of any changes to this solicitation (Amendments) shall be made only on the Internet. It is therefore the contractor's responsibility to check the internet site listed above daily for any posted changes to the solicitations plans and specifications. Per the Debt Collections Improvement Act of 1996, the Defense Federal Acquisition Regulation Supplement (DFAR) has been amended to require all contractors to register in the Department of Defense (DoD) Central Contractor Registration (CCR) Database. Be advised, failure to register in the CCR makes an offeror ineligible for award of DoD contracts. Information regarding this registration may be obtained by accessing our web site at http:/www.efdnorth.navfac.navy.mil or by referring to DFARS Subpart 204.72. For technical questions concerning this project, please fax to Charleen Manceri at (732) 323-2494. Posted 07/27/00 (W-SN479571). (0209)

Loren Data Corp. http://www.ld.com (SYN# 0160 20000731\Z-0014.SOL)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |


Created on July 27, 2000 by Loren Data Corp. -- info@ld.com