Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 23,1998 PSA#2248

EFA 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