Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 16, 2001 PSA #2767
SOLICITATIONS

Y -- LIBERTY BELL PAVILION

Notice Date
January 11, 2001
Contracting Office
National Park Service, Denver Service Center, 12795 West Alameda Parkway, P.O. Box 25287, DSC-CS, Denver, CO 80225
ZIP Code
80225
Solicitation Number
1443N3059010901
Point of Contact
Donald Foote, Jr. Construction Contracts, 303.987.6744
E-Mail Address
Click here to contact the Procurement Technician (Joseph_Duncan@NPS.Gov)
Description
The National Park Service (NPS), 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. Although price is a critical factor, technical capability of the firm will weigh heavily in the evaluation and selection process. The project is located north of Independence Hall on Independence Mall in Independence National Historical Park in Philadelphia, Pennsylvania. The work of this contract consists of, but is not limited to, 1) the removal of existing landscape walls and restroom, 2) the construction of a new Liberty Bell Complex, restroom, building service connections, site utilities, and landscape elements inclusive of walls, plantings, lighting and sidewalk paving, and 3) the installation of underground utility conduits and manholes for steam, chilled water and fiber optic distribution. Operation of the existing Liberty Bell Pavilion, and pedestrian access between the existing Liberty Bell Pavilion and Independence Hall, will need to be maintained throughout the phased construction project. The Government and/or City of Philadelphia may award other contracts for work to be performed by other contractors at or near the site of work under this contract. A separate contract for fabrication and installation of interpretive exhibits for the Liberty Bell Complex will run concurrent with this construction contract. The contractor herein shall fully cooperate with the other contractors and with Government / City employees and shall carefully adapt scheduling and performing the work under this contract to accommodate this adjacent work. Funds are not presently available for this contract. The Government's obligation is contingent upon the availability of funds from other sources and no legal liability on the part of the Government may arise until such funds are made available to the NPS. The funding for this project, which has been provided primarily by the City of Philadelphia and the Annenberg Foundation, is currently being held in non-NPS accounts and will be transferred in its entirety to NPS prior to execution of this construction contract. The award of this project is contingent on the timely transfer of funds to the Government. The technical qualifications of contracting firms submitting proposals for this project will be evaluated using the following capability criteria (in descending order of importance): 1. Demonstrated quality control and craftsmanship in the construction of high quality public facilities. Ability to assemble and install construction materials that have critical craftsmanship requirements and will be exposed design elements of the completed facility. Experience working with customized stonework, masonry, exposed steel structure, ornamental metalwork, Venetian plaster, exposed sheet-metal work, and structural glass. 2. Demonstrated qualifications of the firm as evidenced by (1) organizational experience, (2) past performance with regard to quality, budget, and schedule, (3) number of constructed high quality facilities in the $5 to 10 million range, and, (4) qualifications and experience of key personnel. 3. Demonstrated experience in scheduling and coordination of multi-trade work, maintaining public and Government access requirements, factoring work stoppages for scheduled ceremonies and activities, and the ability to meet timed use and vehicular / pedestrian circulation requirements in an urban area. Demonstrated ability to effectively prepare and execute a critical path method schedule for projects of this type and size. 4. Demonstrated experience to coordinate work with other prime contractors such as exhibit installers on the same project and landscape / utility contractors on adjacent projects. 5. Demonstrated ability to install and commission sensitive environmental conditioning systems and integrated security features. It is anticipated that this solicitation will be issued electronically on or about February 2, 2001 on the Department of Interior's Business Opportunities web site, at www.IDEASEC.NBC.Gov Paper copies of this solicitation will not be made available. It is anticipated that the Department of Interior (DOI)will be conducting all future business opportunities via electronic commerce. Prospective offerors desiring to conduct business with DOI are requested to register on-line at the FedBizOps link below. Proposal documents will be available in Microsoft Word, HTML and Adobe PDF, Specifications will be available in Adobe PDF format, and drawings will be available in TIFF format. Offerors wishing to receive notification of changes to the solicitation must revisit the website www.IDEASEC.NBC.Gov on a periodic basis or register at http://www/FedBizOps.gov. No other notifications will be sent. Offeror's may add their name to an Offerors List maintained by the issuing office by providing the following information to Joseph Duncan, Procurement Technician, via fax at 303-969-2040 or by e-mail at Joseph_Duncan@nps.gov: (1) Solicitation No. (2) Company Name, (3) Point of Contact, (4) Phone and FAX Numbers, (5) E-mail Address, (6) Street Address with 9-digit Zip Code, (7) Business Size, (8) Duns #, and (9) TIN #. This information will also be posted /mailed to anyone wishing to obtain a copy. The Department of Interior, National Business Center, has scheduled a demonstration to gain access to the internet. This presentation will coincide with the Pre-Proposal site meeting to demonstrate the National Business Center's electronic commerce website. Persons wishing to attend this meeting should meet at the auditorium in the Visitor's Center at 10:00 am on or about February 14, 2001. The exact date for the Pre-Proposal site meeting will be identified in the solicitation. To gain access to the Internet during the presentation, offeror's must furnish their DUNS and TIN numbers to Joseph Duncan, Procurement Technician, via email prior to the site visit. -- Estimated price range, $5,000,000 to $10,000,000. -- Time for completion, 365 calendar days after issuance of the notice to proceed. -- Offer response date will be identified in the solicitation. -- All responsible sources may submit an offer that will be considered. -- All Sources responding to this synopsis must identify themselves as prime contractor, subcontractor, supplier, plan room, publication, or other.
Web Link
Liberty Bell Pavilion (http://www.ideasec.nbc.gov)
Record
Loren Data Corp. 20010116/YSOL002.HTM (W-011 SN50A6T9)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on January 11, 2001 by Loren Data Corp. -- info@ld.com