Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 3,1997 PSA#1964

U.S. ARMY CORPS OF ENGINEERS, TRANSATLANTIC PROGRAMS CENTER, P. O. BOX 2250, WINCHESTER VA 22604-1450

Y -- FY97/FY98 NAVY MILCON PROGRAM, ASU, BAHRAIN SOL DACA78-98-R-0003 DUE 010898 POC Contract Specialist Christina R. W. Loy (540) 665-3689 (Site Code DACA78) This announcement is for the purpose of soliciting names of United States construction firms, international construction firms and joint ventures interested in submitting an offer on the below described project. To be considered a United States construction firm, the firm must: be incorporated in the U.S., have its corporate headquarters in the United States; the firm has filed corporate and employment tax returns in the United States for a minimum of two (2) years (if required), has filed State and Federal income tax returns (if required) for two (2) years, and has paid any taxes due as a result of these filings; and the firm employs United States citizens in key management positions. Performance guarantees will be required. Project Magnitude is more than $25,000,000.00. PROJECT SCOPE: Project includes the construction of new facilities, expansion of the base utility infrastructure, and limited renovation of existing support facilities. New facilities include a three story barracks facility (approximately 9,950 square meters), a two story Quality of Life Facility (approximately 1,750 square meters), a single story Medical/Dental Facility (approximately 1,380 square meters), a reverse osmosis water treatment plant with associated water storage tank and pump facility. Utility infrastructure upgrades includes installation of an 11 KV base electrical distribution system with supporting substations and secondary distribution, water distribution systems, sewage collection systems and pump stations, roads and site improvements. Renovations include upgrading, additions, and functional conversion of existing facilities to provide improved support services. New construction includes both reinforced concrete frame and steel frame structures with cast in place reinforced concrete infill. CONTRACT PROCEDURES: Hard copies of both a technical proposal and price proposal will be required. At a minimum, proposals will be evaluated in the following areas: (1) Reasonableness of price IAW DFARS 252.236-7010, offers from firms that do not qualify as U.S. firms will be evaluated by adding 20% to the offer. Joint ventures with a U.S. firm will be evaluated as a U.S. firm; (2) past performance; (3) experience and (4) management capability. Request for Proposal (RFP) will be issued to construction contractors responding to this notice. Contract award will be made on a firm-fixed price basis only. Tentative date for issuance is 7 November 1997. Tentative date for receipt of proposals is 8 January 1998. Tentative construction period is 26 months with interim completions for specific items of work. NOTE: Firms interested in receiving this solicitation should send a written request to either the address listed above, or fax a copy to (540) 665-4029, attn: Christina R.W. Loy. The request should state the name of the company, mailing and shipping addresses of the firm, telephone and fax numbers, point of contact, and should reference the solicitation number. NOTE: This synopsis was previously issued as DACA78-97-R-0025. (0303)

Loren Data Corp. http://www.ld.com (SYN# 0086 19971103\Y-0009.SOL)


Y - Construction of Structures and Facilities Index Page