Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27, 2000 PSA #2694
SOLICITATIONS

Y -- PEACE VECTOR VI, MAIN OPERATING BASE UPGRADE, FAYED, EGYPT

Notice Date
September 25, 2000
Contracting Office
U.S. Army Corps of Engineers, Transatlantic Program Center, 201 Prince Frederick Drive, P. O. Box 2250, Winchester, Virginia 22604-1450
ZIP Code
22604-1450
Solicitation Number
DACA78-01-R-0002
Response Due
January 15, 2001
Point of Contact
Vickianne Shepherd, 540-665-3680
E-Mail Address
U.S. Army Corps of Engineers, Transatlantic Programs (Vicki.Shepherd@usace.army.mil)
Description
This announcement is for the purpose of soliciting names of firms and joint ventures interesting in submitting an offer for the Peace Vector VI, Main Operating Base Upgrade project at Fayed, 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 venture between U.S. firms and Egyptian firms, including at least one U.S. construction firm. To be considered a U. S. construction firm, the firms 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 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 firms must be a minimum of fifty-one percent Egyptian ownership, and an independently owned firm. Firms that 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 is between $100,000,000 and $250,000,000. PROJECT SCOPE: This work consists of construction of new utility distribution systems (electric, water and signal) and collection system (sanitary). Construction of new aircraft maintenance hangar, munitions storage, water treatment plant, housing, dining, recreation, security fencing and other aircraft maintenance facilities. Also rehabilitation work on airfield pavement, aircraft shelters, and numerous existing facilities is required. Additionally utility service will be provided from the new systems to approximately fifty (50) existing facilities. Several option items are anticipated in the solicitation. PLANS AND SPECIFICATIONS: This an electronically issued solicitation. The Government shall furnish two (2) copies of the CD-ROM(s) containing the specifications and plans to prospective offerors at no charge. The official solicitation is found on the CD-ROM(s). Paper copies of the solicitation and additional copies of these CD-ROMs are NOT available. CONTRACT PROCEDURES: This will be a Best Value Award requiring both a price proposal and a technical proposal. Evaluation factors will include, at a minimum, Price, Past Performance, Management Capability, and Experience. Request for Proposal (RFP) will be issued to prime contractors responding to this notice. Tentative date for issuance of RFP is 1 November 2000. Tentative date for receipt of proposals is 15 January 2001. Contract award will be on a firm fixed price basis. Anticipated contract duration is 900 days with an interim milestone of 720 days. A pre-proposal site visit is tentatively scheduled for 4-6 December 2000. The following information is required to process base passes for individuals wishing to attend the site visit and MUST be received by the Transatlantic Programs Center not later than the close of business 15 October 2000. Requests may be made by e-mail (Vicki.Shepherd@usace.army.mil), by fax (540-665-4033) or by mail (Transatlantic Programs Center, Attention: CETAC-CT-CC/ Vickianne Shepherd, P.O. Box 2250, Winchester, VA 22604-1450). Firms whose Base Pass information is not received by TAC by this date are not guaranteed access to the site for the pre-proposal visit. PERSONAL INFORMATION FOR BASE PASS REQUEST: 1. Name/Rank; 2. Religion; 3. Nationality; 4. Date and Place of Birth; 5. Specialization; 6. Mil/Civ; 7. Marital Status; 8. Mission in Egypt; 9. Passport Number, Expiration Date & Issue Date; 10. Cairo Address; 11. U.S. Residence; 12. Base Pass From/To; 13. Bases to Visit; 14. FMS/Contract Number; 15. Company Name; 16. Company Address; 17. Company Specialization; 18. AIDS Certificate; 19. Armed Forces POCs; 20. Security Clearance; 21. Social Security Number. Eligible firms interested in receiving this solicitation should address their requests to Vickianne Shepherd. Requests may be faxed to 540-665-4033, e-mailed to Vicki.Shepherd@usace.army.mil, or mailed to Transatlantic Programs Center, Attention: CETAC-CT-CC/Vickianne Shepherd, P.O. Box 2250, Winchester, VA 22604-1450. The request must state the name of the firm, whether the firm's interest is as a prime construction contractor or a subcontractor/supplier, both mailing and shipping addresses, telephone and fax numbers, point of contact, and must reference the solicitation number. In accordance with the requirements stated above, all responsible sources may submit a proposal for consideration. The award of this project is subject to the availability of funds.
Web Link
U.S. Army Corps of Engineers, Transatlantic Programs (Vicki.Shepherd@usace.army.mil)
Record
Loren Data Corp. 20000927/YSOL007.HTM (W-269 SN500296)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on September 25, 2000 by Loren Data Corp. -- info@ld.com