|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 23,1998 PSA#2248EFA Chesapeake, Washington Navy Yard, Building 212, 901 M Street, S.E.,
Washington, DC 20374-5018 Y -- DEMOLITION OF TOWERS, NRTF, ANNAPOLIS, MD. SOL N62477-98-R-0047
DUE 012099 POC Tammey Crouse at (202) 685-3162 FAX (202) 433-6900 This
project is unrestricted. This project involves the demolition of 18
antenna towers ranging in height from 1200 ft to 80 ft tall, demolition
of a tower causeway and antenna guy anchor blocks in the Chesapeake
Bay, site restoration of areas disturbed due to demolition activities,
and incidental work related to the demolition of towers and antenna
systems. The work includes the demolition of: 1. The VLF Antenna Array,
which consists of one 1200 ft. tall guyed tower, six 600 ft tall guyed
towers, three 600 ft. tall free-standing towers, a sectionalized (4
sections) wire grid antenna system suspended from the tops of the 10
towers, antenna downlead, downlead terminal structure, downlead
bushing, guys, and guy anchor blocks; 2. Tower 126, which is an 800 ft.
tall guyed tower located within an existing golf course; 3. Four 300
ft. tall free-standing towers; 4. Three 80 ft. tall free-standing
towers; 5. All guy cables for the guyed towers; 6. Six guy anchor
glocks located in the Chesapeake Bay; and 7. Tower causeway, causeway
road, timber piling and timber sheeting seawall, and rip rap seawall
armor rock. The project also includes: 1. Salvaging the downlead
bushing and turning it over to the Government; 2. Construction of
sixteen osprey nest platforms; 3. Removal and disposal of all
demolition waste; 4. Restoration of all sites to their existing
conditions and surface contours; 5. Provision of all safety and traffic
control measures during contract work; 6. Protection of environmentally
sensitive areas, cultural resources, and existing structures and
facilities; and 7. Incidental related work. The estimated value of this
procurement is less than $5,000,000. THIS BEST VALUE SOURCE SELECTION
WILL BE CONDUCTED IN TWO PHASES. Phase I will be evaluated based on the
following criteria: RELEVANT EXPERIENCE: The purpose of this factor is
to evaluate the offeror's relevant experience for this project. A
technical evaluation of this factor will be performed to determine
whether the offeror meets the MANDATORY experience criteria; For work
in which you have been the prime construction contractor, provide a
list of major past projects (a minimum of three within the past seven
years)with adequate information for each, for evaluation of it's
relevance to the following criteria: 1. Prime Contractor experience on
large demolition projects. 2. Subcontractor experience on large
demolition projects. 3. Experience with demolition of antenna towers.
4. Design of large scale demolition projects. 5. MDE Sediment & Erosion
Control and Army Corps of Engineers permitting experience. PAST
PERFORMANCE: The Government will evaluate the quaility of the offeror's
past performance. The assessment of the offeror's past performance will
be highly influential in determining the relative merits of the
capabilities of the offeror and other competitors for further
evaluation. Provide adequate information for the projects submitted
under "Relevant Experience" to describe your performance on these
projects. Provide points of contact (client or owner) and current
telephone numbers for each project submitted. After evaluating all
offers from Phase I, the Contracting Officer may determine that the
numbef of proposals that might otherwise be included in the competitive
range, exceeds the number by which an efficient competition can be
conducted. Therefore, the Contracting Officer accordingly, may limit
the number of proposals in the competitive range, to those that are the
most highly ranked, to permit efficient competition. All proposals are
to be received no later than 2:00 P.M., 20 JANUARY 1999. Six bound
copies are to be delivered to the Engineering Field Activity
Chesapeake, 901 M Street, S.E., Bldg 212, Washington Navy Yard,
(Contracts Dept), Washington, D.C. 20374. Phase II of the Source
Selection Process will be conducted only with those offeror's remaining
in the competitive range. Phase II evaluation criteria will include,
but not be limited to: Project Management Team; Management Plan;
Specialized Subcontractor Work; Construction Schedule/Contract
Administration; and Price. There will be no hard copies of Phase I
issued. All prospective offerors should refer to this information for
the preparation of their proposals. The anticipated date for release of
Phase II plans & specificaations is 16 FEBRUARY 1999. It is anticipated
that an award to the successful offeror will be made in the APRIL-MAY
1999 timeframe. Posted 12/21/98 (W-SN282115). (0355) Loren Data Corp. http://www.ld.com (SYN# 0083 19981223\Y-0002.SOL)
Y - Construction of Structures and Facilities Index Page
|
|