Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1998 PSA#2031

U.S. ARMY CORPS OF ENGINEERS, TRANSATLANTIC PROGRAMS CENTER, P. O. BOX 2250, WINCHESTER VA 22604-1450

Y -- MAIN OPERATING BASE UPGRADE, PEACE VECTOR IV, PHASE III, GIANACLIS, EGYPT SOL DACA78-98-R-0016 DUE 050698 POC Contract Specialist Nancy Aronhalt (540) 665-3686 (Site Code DACA78) ANNOUNCEMENT PURPOSE: To solicit names of construction firms or joint ventures interested in submitting an offer for this project. ELIGIBLE CONTRACTORS: Limited to (1) U.S. construction firms (2) joint ventures between U.S. firms, with at least one a U.S. "construction" firm, or (3) joint ventures between U.S. firms and Egyptian firms, including at least one U.S. "construction" firm, with the U.S. firm a 51% partner. 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 declarations 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. ESTIMATED COST OF CONSTRUCTION: Between $25 and $100 million dollars. PROJECT SCOPE: The Base Bid will include the construction of several additional operational and personnel support facilities to support the Air Base. Facilities are primarily concrete frame with concrete block infill. The project includes the construction of a new Aircraft Corrosion Control Facility with provisions for bead blasing and painting of aircraft. Specialized mechanical and ventilation systems are required to support these activities. Corrosion Control Facility also includes supporting storage and office spaces. Scope also includes the renovation and modification of existing facilities, modification to airfield pavements, extension of utility and communications systems to support new facilities, and the demolition of existing facilities, site grading, and cleanup. New pavements include both concrete and asphalt paving. Modifications to existing facilities include the replacement of blast resistant shelter doors on existing shelters. The Optional Proposal Item includes the construction of new taxiways, taxitracks, hardened shelters, and operational support facilities. Also included are site work and extension of utilities and communications systems to service new facilities. Support facilities are primarily concrete frame with concrete block infill. New aircraft shelters are hardened concrete arch with earth and concrete cover and include blast resistant doors. New pavements include both concrete and asphalt paving. ANTICIPATED PERFORMANCE PERIOD: 1,097 calendar days. PROCEDURES: Both a technical and price proposal will be required. Award will be made to the responsible proposer whose proposal represents the best overall value to the Government. The technical evaluation factors are (1) Past Performance, (2) Experience, and (3) Management Ability. PLANS AND SPECIFICATIONS: Plans and Specifications (2 copies) will be available only to prime construction contractors and joint ventures free of charge. Free solicitation documents will not be provided to subcontractors and suppliers. Additional sets may be purchased at a cost of $200 per set. TENTATIVE DATE FOR ISSUANCE OF RFP: 6 March 1998. TENTATIVE DATE FOR RECEIPT OF PROPOSALS: 6 May 1998. TENTATIVE CONSTRUCTION AWARD DATE: 10 July 1998. NOTE: Firms interested in receiving this solicitation shall send a written request to either the address listed above, or FAX a copy to (540) 665-4033, ATTN: Nancy R. Aronhalt. The request shall state the following complete information: firm name, mailing and shipping address, telephone and FAX numbers, and Point of Contract, as well as referencing the solicitation number. In accordance with the requirements stated above, all responsible sources may submit a proposal which will be considered. SITE VISIT: A prebid site visit is scheduled for 14 April 1998. Upon the Government's receipt of a firm's written request for a copy of the solicitation, a Base Pass form will immediately be provided for completion to obtain approval for entry to the site. All Base Pass information shall be received by Transatlantic Programs Center, Egypt, no later than close of business 15 March 1998. (0041)

Loren Data Corp. http://www.ld.com (SYN# 0116 19980212\Y-0013.SOL)


Y - Construction of Structures and Facilities Index Page