|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 14,1996 PSA#1721U.S. ARMY CORPS OF ENGINEERS, TRANSATLANTIC PROGRAMS CENTER, P. O. BOX
2250, WINCHESTER VA 22604-1450 Y -- CONSTRUCTION OF WAREHOUSES, MUNITIONS STORAGE MAGAZINES AND
SUPPORTING SITE WORK, ROADS AND UTILITIES SOL DACA78-97-R-0008 DUE
021197 POC Contract Specialist Debra S. Burgr (540) 665-3690 (Site Code
DACA78) This announcement is for the purpose of soliciting names of
United States construction firms or joint ventures between US
construction firms and Host nation construction firms interested in
submitting an offer on the below described project. In joint venture
arrangements, a US construction firm must be the controlling partner.
To be considered a United States construction firm, the firm must:
Perform construction as a significant portion of its business; be
incorporated and have its corporate headquarters in the United States;
have paid corporate franchise and employment taxes in the United
States for a minimum of two (2) years and shall have filed state and
federal income tax declaration for a minimum of two (2) corporate
years; have paid any applicable taxes determined to be due as a result
of such filings; and employ United States citizens in key management
positions. The U.S. Army Corps of Engineers, Transatlantic Programs
Center, requires construction of one (1) each War Readiness Materiels
(WRM) Storage Warehouse, one (1) each WRM Rations Warehouse,
twenty-five (25) each Munitions Storage Magazines and Supporting Roads,
Site Work and Utilities. Performance guarantees will be required.
Estimated construction value is more than $10,000,000.00. PROJECT
SCOPE: Project includes the construction of one (1) 100,000 square
foot, non air conditioned warehouse, one (1) 15,000 square foot, air
conditioned warehouse, twenty-five (25) 1,700 square foot munition
magazines, associated site systems, roads and improvements. All
warehouses will be pre-engineered metal structures with a CMU skirt.
The munitions storage magazines will be earth-covered, reinforced
concrete structures. ADDITIONAL REQUIREMENTS: All firms applying shall
be licensed to do business in the State of Qatar or demonstrate the
ability to be licensed prior to contract award and will comply with the
Host Nation laws and regulations. Host Nation will approve list of
responding contractors. PLANS AND SPECIFICATIONS: The plans and
specifications will be available on Compact Disk (CD-ROM) and will be
provided free of charge. Contractor may view and download this project
from the Internet at the following Internet address:
http://www.usace.army.mil/tac/contracts/actions.html PASSWORD: A
password is required in order to access the plans and specifications on
the Internet. To obtain the password, complete the registration form
appearing with the Internet annoucement at the above listed address.
Upon approval, the password will be provided via EMail. CONTRACT
PROCEDURES: Hard copies of both a technical proposal and price proposal
will be required. At minimum, proposals will be evaluated in the
following areas: (1) Reasonableness of price, (2) Technical competence
in electrical and mechanical experience to accomplish the work, (3)
Past Performance, (4) Management capability indicating successful
completion of similar projects in a timely manner and to a high degree
of quality, (5) Demonstration of offeror's understanding of the scope
of the solicitation, and (6) Evidence of sufficient financial and
equipment resources to obtain necessary performance guarantees and to
handle work placement in an expeditious manner. Contract will be
awarded on a firm fixed price basis only. Tentative date for issuance
of Request for Proposal, DACA78-97-R-0008, is 11 December 1996.
Tentative date for receipt of proposals is 11 February 1997. Tentative
construction period is 20 months. Note 12 applies.(0317) Loren Data Corp. http://www.ld.com (SYN# 0111 19961113\Y-0011.SOL)
Y - Construction of Structures and Facilities Index Page
|
|