|
COMMERCE BUSINESS DAILY ISSUE OF JULY 25,1995 PSA#1395U.S. Army Engineer District, Honolulu, Corps of Engineers, Bldg S200,
Attn: CEPOD-CT-C, Fort Shafter, HI 96858-5440 Y -- SHUTTER TRANSPORT SYSTEM DESIGN, REPAIR AND FABRICATION SOL
DACA83-95-R-0039 DUE 090795 POC Contract Specialist, Joy T. Sakamoto,
(808) 438-8577 Contracting Officer, Duane V. Inoue, (808) 438-8578.
FY95 NASA Pkg O-1, Design/Build for Dome Shutter Drive System, Infrared
Telescope Facility, Mauna Kea, Island of Hawaii, Hawaii. This is an
unrestricted procurement involving the removal and replacement of the
existing telescope shutter chain drive system with an alternate drive
system which provides safe transport of the existing shutter segments.
Work shall include design of the alternate drive system based on the
performance requirements as stated in the project specifications. The
estimated cost of the proposed project is between $500,000 and
$1,000,000. Solicitation to be issued O/A August 8, 1995. Documents to
be available at a nonrefundable charge of $25.00 per set of
specifications and drawings. Single copies of specifications alone may
be purchased by interested applicants for $20.00. Drawings alone may
be purchased for $5.00 a set. Payment must accompany request. Checks
and money orders to be made payable to the US Army Engineer Division,
Pacific Ocean. Send checks to Finance & Accounting Officer, US Army
Engineer Division, Bldg 230, Fort Shafter, Hawaii 96858-5440. Payment
will not be refunded and specifications and drawings need not be
returned. Selection will be based upon the following FOUR evaluation
factors (IN DESCENDING ORDER) which include I. EXPERIENCE FACTORS: (a)
successful engineering design and retrofitting and/or fabrication of
lift systems of similar magnitude and complexity, (b) successfully
completing construction projects in high altitudes and under extreme
working conditions, and (d) knowledge of Corps of Engineer's contract
procedures. II. RESOURCE FACTORS: (a) availability of experienced and
highly qualified managerial, professional and technical personnel, (b)
in-house and subcontracting capability to accomplish this project, (c)
in-house capability (manpower and financial) to manage all required
design, procurement and construction efforts to insure timely and
successful completion of project, and (d) ownership of and/or ready
access to facilities and equipment required for performance of the
project requirements. III. PERFORMANCE FACTORS: (a) past performance
records relative to time, reliability and quality of completed
projects, (b) detailed performance schedules clearly demonstrating
completion of work requirements within the required work parameters and
contract performance period, (c) proven record of integrity in contract
administration and execution, (d) satisfactory labor relationships and
success compliance with labor provisions of US Government construction
contracts. IV. PRICE FACTOR. Small and disadvantaged firms are
encouraged to participate as prime contractors or as members of joint
ventures with other small businesses and all interested contractors are
reminded that the successful contractor will be expected to place
subcontracts to the maximum practicable extent with small and
disadvantaged firms in accordance with the provisions of Public Law
95-507. (0202) Loren Data Corp. http://www.ld.com (SYN# 0162 19950724\Y-0001.SOL)
Y - Construction of Structures and Facilities Index Page
|
|