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