|
COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1999 PSA#2350U.S. ARMY CORPS OF ENGINEERS, TRANSATLANTIC PROGRAMS CENTER, P. O. BOX
2250, WINCHESTER VA 22604-1450 Y -- PEACE VECTOR V, EL BASSATEEN LOGISTICS DEPOT SOL DACA78-99-R-0015
DUE 081799 POC Contract Specialist Vickianne F. Shepherd (540) 665-3680
(Site Code DACA78) E-MAIL: VICKI.F.SHEPHERD@TAC01.USACE.ARMY.MIL,
VICKI.F.SHEPHERD@TAC01.USACE.ARMY.MIL. This announcement is for the
purpose of soliciting names of firms or joint ventures interested in
submitting an offer for this project. Project title is Peace Vector V,
El Bassateen Logistics Depot. The U.S. Army Corps of Engineers, on
behalf of the government of Egypt, shall award a fixed-price contract
for the construction of the F-16 Stock Control Facility at the El
Bassateen Logistics Depot in greater Cairo, Egypt. Eligible contractors
will be limited to (1) U.S. construction firms, (2) joint ventures
between U.S. firms, including at least one U.S. construction firm, or
(3) joint ventures between U.S. firms and Egyptian firms, including at
least one U.S. construction firm. To be considered a U.S. construction
firm, the firm must perform construction as a significant portion of
its business; must be incorporated and have its corporate headquarters
in the U.S; must have paid corporate franchise and employment taxes in
the U.S. for a minimum of two years and shall have filed state and
federal income tax declaration for a minimum of two corporate years,
having paid any applicable taxes determined to be due as a result of
such filings; and employ U.S. citizens in key management positions. To
be considered an Egyptian firm, the firm must be a minimum of
fifty-one percent Egyptian ownership, and an independently- owned firm.
Firms which are partially or wholly owned by, or otherwise affiliated
with the Government of Egypt or its agencies are ineligible.
Performance and payment bonds will be required. The estimated cost of
construction is between $10,000,000.00 and $ 25,000,000.00. PROJECT
SCOPE: Construct F-16 Stock Control Administration Facility
(approximately 5800 square meters of office and administrative space).
Provide connections to existing water, telecommunications, sanitary
sewer. Upgrade the existing power substation and connect to the new
facility. Provide Fiber Optic connections to existing facilities.
CONTRACT PROCEDURES: Both a price proposal and a technical proposal
will be required. Source selection will be based on the lowest priced,
technically acceptable offer. Evaluation factors will include, at a
minimum, price, past performance, experience (design and construction),
and management and execution plans. Request for Proposal (RFP) will be
issued to prime contractors responding to this notice. Tentative date
for issuance of RFP is 2 July 1999. Tentative date for receipt of
proposals is 17 August 1999. Tentative contract award date is 21
September 1999. Contract award will be made on a firm fixed-price
basis. Anticipated contract duration is 700 calendar days. Firms
interested in receiving this solicitation should send a written request
to either the address listed above, or fax a copy to (540) 665-4033,
ATTN: Vicki Shepherd. The request should state the name of the company,
mailing and shipping addresses of the firm, telephone and fax numbers,
point of contact, should state whether the requestor is a prime
contractor, a subcontractor/supplier or a plans room, and should
reference the solicitation number. In accordance with the requirements
stated above, all responsible sources may submit a proposal which will
be considered. Plans and specifications will be available on Compact
Disk (CD-ROM) to prospective proposers at no charge. The CD-ROM version
constitutes the official solicitation package. Hard copies of this
solicitation will not be made available. Any amendments shall be issued
on CD-ROM and/or by fax. Posted 05/18/99 (A-SN333054). (0138) Loren Data Corp. http://www.ld.com (SYN# 0118 19990520\Y-0012.SOL)
Y - Construction of Structures and Facilities Index Page
|
|