|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1997 PSA#1971Fluor Daniel Fernald, P.O. Box 538704, Cincinnati, Ohio 45253-8704 Y -- TRAILER INSTALLATION SOL FSC618 DUE 112697 POC John Mercer, (513)
648-5160. Furnish all Labor, Supervision, Administration, Material,
Tools and Equipment necessary to locate, setup and install one (1)
duplex trailer assembly, One (1) six (6) plex trailer assembly and
three (3) eight (8) plex trailer assemblies. Work shall include the
installation of sanitary sewer piping, domestic water piping,
electrical service, a Honeywell heat/smoke fire detection and alarm
system, and also include the tie-in of the fire water sprinkler system
in each trailer assembly. Work shall be performed in accordance with
drawings and specifications set forth by Fluor Daniel Fernald (F.D.F.).
The installation of the trailers will be done in a phased approach.
Phase one (1) will include two (2) eight (8) plex trailer complexes,
one (1) six (6) plex trailer complex and one (1) duplex trailer
complex. Phase two (2) will include the remaining eight (8) plex
trailer complex. Phase one will be done within the F.D.F 1998 fiscal
year starting 10/1/97 and ending 9/30/98. Phase two (2) will be done
within the F.D.F. 1999 fiscal year starting 10/1/98 and ending 9/30/99.
Phase one (1) will have a period of performance of approximately 150
calendar days. Phase two (2) will have a period of performance of
approximately 75 calendar days. The successful bidder will be required
to comply with terms and conditions of the FEMP Site Project Labor
Agreement for union construction forces. The contractor must be able
and willing to perform at least forty five percent (45%) of the work
with their own forces. To be qualified to bid and receive award for
this work a perspective bidder must (a) provide a list of contracts
meeting Criteria 1 thru 4 whether successfully performed or not. The
list shall include a project name and brief description of actual work
performed, (b) location, point of contact and telephone number for the
project owner, (c) total dollar value of the bidders contract, (d)
dollar value of work performed by the prime contractor or lower tier
subcontractor, as applicable, (e) identification of lower tier
subcontracts, where applicable, (f) brief summary of major work items
performed and (g) brief summary of equipment inventory for the
projects. CRITERION 1 Demonstrated successful performance (quality,
technical and schedule) by the contractor of at least two (2)
government contracts within the last five (5) years in which the
contractor's individual contract amount was at least $2,000,000.00 and
at least forty five percent (45%) of this work was performed directly
by the contractor. CRITERION 2 Demonstrated successful performance
(quality, technical and schedule) by the contractor of at least two (2)
projects including building layout, installation and tie-in of
underground utilities, (sanitary and domestic water), installation of
electrical utilities including power poles and hardware, electrical
cable, transformers, power distribution panels, disconnect switches and
accessories, within the last five (5) years and at least forty five
percent (45%) of the work was performed directly by the contractor.
CRITERION 3 Demonstrated successful performance (quality, technical and
schedule) of environmental aspects of a project including performance
of site clearing, handling of waste material and use of personal
protective equipment. CRITERION 4 Demonstrated successful record of
safe construction performance by a current workers compensation
experience modification rate (EMR) of less than or equal to 1.0 or the
trend for the past three (3) years downward and none of the past three
(3) years has an EMR greater than 1.25. Firms interested in this work
must meet ALL the above defined criteria to be eligible to receive the
Invitation For Bid. The estimated cost of the project is $2,000,000.00
to $4,000,000.00. Interested firms should send a Letter of
Qualification referencing this announcement and include shipping
address, primary contact, telephone and fax numbers to the attention of
J.R. Mercer at Fluor Daniel Fernald, P.O. Box 538704, Mail Stop 44-1,
Cincinnati Ohio 45253-8704 no later than November 26, 1997. (0314) Loren Data Corp. http://www.ld.com (SYN# 0081 19971113\Y-0005.SOL)
Y - Construction of Structures and Facilities Index Page
|
|