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