|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 19,1995 PSA#1328U.S. Army Corps of Engineers, Transatlantic Division, P.O. Box 2250,
Winchester, VA 22604-1450 Y -- UPGRADE TO ZONE WORKSHOP, CAIRO, EGYPT SOL DACA78-95-R-0018 DUE
080195 POC Contact Ms. Debra Burgr, (703) 665-3690, Contract Specialist
The purpose of this announcement is to solicit names of construction
firms or joint ventures interested in submitting an offer on the
following project. The U.S. Army Corps of Engineers, on behalf of the
Egyptian Armament Authority, requires the completion of a Wastewater
Treatment Facility, Electroplating Shop (with option to provide
commissioning and activating), Deionized Water and Compressed Air
Systems, Oily Wastewater Treatment Facility, and Chemical Waste
Treatment. The buildings have been completed with varying stages of
electrical and mechanical equipment installed. The estimated magnitude
of the project is between $1,000,000 and $5,000,000. PROJECT SCOPE:
Wastewater Treatment Facility - work consists of connecting to
Government furnished and installed equipment, installing and connecting
Government furnished equipment, and procuring and installing four
emergency eyewash/showers including all valves, piping etc.
Electroplating Shop - Work consists of installing two chrome waste and
two general waste sump pumps along with all associated piping and
accessories, connecting these pumps to the waste water treatment area,
installation of a packaged condensate receiver unit, completion of two
scrubber systems, installation of emergency shower/eyewash stations.
Branch circuit and control wiring shall be furnished and installed by
the contractor. As an option, upon completion of the work, the
contractor may be required to commission and activate Electroplating
Shop and provide training to Egyptian personnel. Deionized Water System
- A packaged deionized system is installed at the site. The contractor
will be responsible for providing and installing pumps and tanks and
connecting to the existing equipment and piping. The contractor shall
also provide sufficient cation and anion chemicals for the initial fill
of the systems. Oily Wastewater Treatment - This facility has most of
the equipment procured but not installed. The contractor will be
responsible for procuring and installing the balance of the equipment
necessary to complete the treatment system. Compressed Air System - The
compressor and air dryer are installed at the site. The contractor will
be responsible for completing the installation by connecting to the
existing compressed air piping in the electroplating shop, supply air
to the waste water treatment facility, and supply air to the deionized
water system. Chemical Waste Treatment - Some of the equipment for
this facility has been procured but not installed. The contractor shall
install this equipment and be responsible for procuring and installing
the balance of the equipment necessary to complete the treatment
system. NOTE: Funds are presently not available for this acquisition.
This project will not be undertaken until funds are received. CONTRACT
PROCEDURES: Both a technical proposal and price proposal will be
required. At minimum, proposals will be evaluated in the following
areas: (1) Reasonableness of price, (2) Technical competence in
electrical and mechanical experience to accomplish the work, (3)
Evidence of Past Performance relating to similar work, (4) Management
capability indicating successful completion of similar projects in a
timely manner and to high degree of quality, and (5) Demonstration of
offeror's understanding of the scope of the contract. Contractors will
be limited to: (1) U.S. construction firms; (2) joint ventures between
U.S. firms including at least one U.S. construction firm; or (3) joint
ventures between U.S. firms and Egyptian firms, including at least one
U.S. construction firm. To be considered as a U.S. construction firm,
the firm must: Perform construction as a significant portion of its
business; be incorporated and have its corporate headquarters in the
U.S.; have paid corporate franchise and employment taxes in the U.S.
for a minimum of two years and shall have filed state and federal
income tax declaration for a minimum of two corporate years; have paid
any applicable taxes determined to be due as a result of such filings;
and employ U.S. citizens in key management positions. To be considered
an Egyptian firm, the firm must have a minimum of fifty-one percent
Egyptian ownership, and must be an independently-owned firm. Firms
which are partially or wholly owned, or otherwise affiliated with the
Government of Egypt or its agencies are ineligible. Performance
guarantees will be required. Contract award will be made on a firm
fixed-price basis. Tentative date for issuance of Request for Proposal
DACA78-95-R-0018 is 1 June 95. Tentative date for receipt of proposals
is 1 Aug 95. Tentative construction award date is 14 Sep 95. Interested
suppliers and subcontractors can inspect the plans and specs at the
address indicated, or may purchase them after the RFP is issued. If
your firm is interested in being considered for this project you must
notify this office of your interest by letter or fax no later than 30
days from issuance of this announcement. Please respond to U.S. Army
Corps of Engineers, Transatlantic Division, ATTN: CETAD-CT-C/Ms. Debra
Burgr, P.O. Box 2250, Winchester, VA 22604-1450. Mrs. Burgr can be
reached at telephone no. (703) 665-3690, facsimile (703) 665-3621.
Telephone requests are NOT acceptable. (0107) Loren Data Corp. http://www.ld.com (SYN# 0115 19950418\Y-0016.SOL)
Y - Construction of Structures and Facilities Index Page
|
|