Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 19,1995 PSA#1328

U.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