|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,1997 PSA#1784U.S. Department of State, Office of the Procurement Executive, A/OPE,
State Annex #6, Room 603, Washington, DC 20522-0602 Y -- PRE-QUALIFICATION FOR CONSTRUCTION OF WAREHOUSE FACILITY, U.S.
EMBASSY COMPOUND, SRI LANKA, COLOMBO SOL S-FBOAD-97-R-0046 DUE 031197
POC Mr. Mark J. Toler (703) 875-6291, or facsimile 875-6292 The U.S
Department of State, Office of Foreign Buildings Operations (FBO), is
seeking to pre-qualify offerors for construction of a new warehouse
facility on the existing U.S. Embassy Compound in Sri Lanka, Colombo.
The project consists of construction of a warehouse building (measuring
1350 GSM) and associated site work. The solicitation is planned for
release to pre-qualified offerors in late March 1997, for contract
award in approximately June 1997, and an anticipated construction start
date in July 1997. The performance period from contract execution to
project completion is approximately 9 months. The resulting contract
type shall be firm fixed-price, and the estimated value of construction
is between $500,000 and $750,000. The successful offeror is not
required to have, or to obtain a security clearance. In order to obtain
the solicitation package (including drawings and specifications) and be
elgible for award, offerors must "pre-qualify" by completing the
project "Pre-Qualification Package". The package contains a series of
pre-qualification criteria which offerors must address in a written
format, specifically addressing each individual qualification
criterion, and submit by the closing date listed below. Offerors must
submit sufficient background documentation to verify their ability to
meet each of these criteria. Failure to address each of these criteria
in writing, will result in failure to pre-qualify. In addition,
failure to meet the requirements of each and every one of these
criteria fully, or to provide the requisite background information,
will result in failure to pre-qualify. A description of these critera
and other pertinent information and instructions can be found in the
Pre-qualification Package which offerors are encouraged to request from
the point of contact listed below. The pre-qualification criteria are
as follows: a) Successful international construction experience on a
similar project, outside of the North American continent. b).
Successful construction experience, similar in complexity and type,
with at least one construction project in the $500,000 to $750,000
dollar range. c). Satisfactory performance on a similar U.S. Government
contract, if any. ALthough previous or ongoing performance on a similar
U.S. Government contract, if any. Although previous or ongoing
performance of a similar U.S. Government contract is not a requirement,
if such contracts have been performed, the offeror must have performed
at a satisfactory level, at a minimum. When responding to criteria a,
b, and c above, offerors must provide the owner's name, address,
telephone number, and contact person for each project described. d).
Offeror must demonstrate that it has been in the construction business
for at least three years prior to the date of this announcement. e).
Offeror must demonstrate that it has the financial capability and
resources to undertake a project in the $500,000 to $750,000 range, and
be able to obtain the required performance and payment bonds, or bank
letters of credit or guarantee.Offeror must provide the name of a bank
or other lending institution which the offeror intends to use in order
to finance this project, and provide credit references. f). Offeror
must show a proposed organizational chart and management plan for this
project. In order to pre-qualify, offerors must request a
"Pre-Qualification Package" from Mark J. Toler at (703) 875-6292 (fax)
or (703) 875-6291 (phone), within ten (10) days of publication of this
notice. Fax requests are preferred. Pre-Qualification packages and
proposals will be accepted from both U.S. and Non-U.S. firms. Offerors
shall submit an original and two copies of each document to: U.S. Mail
Address: U.S. Department of State, Office of Foreign Buildings
Operations, A/FBO/AP/AD/DCB, SA-6, Room L-600, Attention: Mark J.
Toler, P.O. Box 12248, Arlington, Virginia 22219, -- Courier/Overnight
Mail Address: U.S. Department of State, Office of Foreign Buildings
Operations, A/FBO/AP/AD/DCB, SA-6, Room L-600, Attention: Mark J.
Toler, 1700 N. Lynn Street,Arlington, Virginia 22209. Completed
"Pre-Qualification Packages" must be received by close of business
Washington, D.C. time, March 11, 1997. (0044) Loren Data Corp. http://www.ld.com (SYN# 0153 19970218\Y-0014.SOL)
Y - Construction of Structures and Facilities Index Page
|
|