Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 16,1999 PSA#2326

National Park Service, Denver Service Center, P.O. Box 25287 DSC-CS, Denver, CO 80225-0287

Y -- PRESIDENT'S PARK, LAFAYETTE PARK, NORTHSIDE BARRIER REPLACEMENT, WASHINGTON, D.C., NCRW-319 SOL RP305999901 DUE 052399 POC Point of Contact-Pat Serra, Construction Contracts, 303/987-6745 WEB: Contracting Services Group, http://www.nps.gov/dsc/dsccon. E-MAIL: National Park Service, Denver Service Center, pat_serra@nps.gov. The National Park Service, Department of Interior, is soliciting proposals from construction firms having the capability to perform the work described below. A negotiated, firm-fixed price contract will be awarded requiring submission of both a technical and a price proposal. The project is located in Lafayette Park, adjacent to the White House. The work of this contract consists of, but is not limited to, installing government furnished security bollards, gatehouses and vehicle barrier gates. More specifically, the project includes the installation of vehicle barriers, gatehouses and related site, utility and road work. Major work items include: roadway demolition and excavation; installation of pedestrian crosswalks, accessible ramps and stone bollards; placement of concrete; roadway reconstruction; removal, relocation and reinstallation of street and park stone curb; installation of cast steel bollards in concrete foundation with cut stone foundation cap; installation of storm sewer, utility line connections; electrical service, and telephone conduit. Pedestrian access will need to be maintained throughout the phased construction project. The government will require the use of roadways at all times and official, permitted or emergency vehicle access throughout the length of the contract.-Technical evaluation factors will be as follows: 1. Demonstrate ability to coordinate complex work staging and scheduling, maintaining public access requirements, and the ability to meet timed use requirements in an urban area. Contractor will be required to provide a coordination plan with 8 to 10 agencies and neighbors, work stoppages, pedestrian circulation, and United States Secret Service. 2. Demonstrate ability to comply with security requirements for site access, and deliveries. 3. Demonstrate contractor quality control and craftsmanship. Ability to transport and install government provided items that have critical craftsmanship requirements, including experience working with customized stonework. 4. Demonstrate ability to protect historic fabric (sculptures, stonework) sites, and plant materials. 5. Ability to effectively prepare and execute a critical path method (CPM) schedule for projects of this type and size. The offeror's capability will be assessed on the basis of (1) its organizational experience, (2) its organizational past performance, and (3) qualifications and experience of key personnel. -- Estimated price range, $1,000,000 to $2,500,000.-Time for completion, 328 calendar days.-Offer response date is approximate; actual date will be established at the time solicitation documents are available.-All responsible sources may submit an offer which will be considered.-All requests for the solicitation may be in writing, mailed to the address above, faxed to 303/987-6645, or via e-mail address shown below or telephone number shown above.-Please provide point of contact name, address, telephone numbers (voice and facsimile).-All sources responding to this synopsis must identify themselves as prime contractor, subcontractor, supplier, plan room, publication, or other. Posted 04/14/99 (D-SN319988). (0104)

Loren Data Corp. http://www.ld.com (SYN# 0122 19990416\Y-0003.SOL)


Y - Construction of Structures and Facilities Index Page