|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 20,1999 PSA#2265EFA Chesapeake, Washington Navy Yard, Building 212, 901 M Street, S.E.,
Washington, DC 20374-5018 Y -- DEMOLITION OF TOWERS, NRTF, ANNAPOLIS, MD SOL N62477097-R-0047
DUE 012799 POC Ms. Brenda Geist, (202) 685-8210, Facsimile (202)
433-6900 THIS MODIFICATION REPLACES ALL PREVIOUS COMMERCE BUSINESS
DAILY NOTICES FOR THIS SOLICITATION. NO PLANS AND SPECS WILL BE ISSUED
FOR THE PHASE I EFFORT. PHASE I WILL PRE QUALIFY VENDORS. THOSE
DETERMINED MOST QUALIFIED AFTER REVIEW OF PHASE I SUBMISSIONS WILL BE
INVITED TO SUBMIT TECHNICAL AND PRICE PROPOSALS UNDER PHASE II BASED ON
PLANS AND SPECS. This will be a design/build effort. The work includes
demolition and removal of eighteen antenna towers, a downlead
structure (tower), antenna arrays and guys, six concrete anchor blocks
and steel piles from the Chesapeake Bay, the excavation and removal of
a causeway (including the tower foundation thereon) from the Chesapeake
Bay, restoration of all sites to their existing conditions and surface
contours, construction of 16 osprey nest platforms, and incidental
related work. The contractor shall remove, salvage, and turnover the
isolation transformer for the 1200 foot tower to the Government. The
contractor shall also protect the downlead feed through bushing on the
roof of the Helix House (Bldg 5) from damage so that it is salvageable
by the Government. The towers and antenna arrays to be demolished
include: 1) The VLF Antenna Array, which consists of a four-panel 110
acre antenna array supported by One 1200 foot tower with four levels of
three guys each, Six 600 foot towers with two levels of three guys, and
Three 600 foot free-standing Eiffel-style towers and a downlead
terminal structure (66 foot tower); 2) The Marconi Triadic Antenna
Array, which consists of a three segment antenna array supported by
three 300 foot free-standing towers; 3) Tower 64, which is a 300 foot
free-standing antenna tower supporting microwave antennas; 4) Tower
126, which is an 800 foot tower supported by one level of eight guys at
the 500 foot level and located within the existing golf course; 5)
Three 80 foot triangular towers with rigid conical antenna frames
supported by rope guys. The work shall be located at the Naval Radio
transmitter Facility, Annapolis, MD. The naval station, primary school,
and golf course will remain in operation during the entire contract
period. The contractor shall conduct his operations so as to cause the
least possible interference with normal operations of the activity.
Environmentally sensitive areas and possible cultural resources,
including prehistoric and historic sites, must also be protected. The
project work will also be affected by the presence of nesting osprey,
the use of the Naval Academy's small arms training facility located
across Carr Creek from the VLF Antenna Array, and operation of the
existing golf course, with respect to the months of the year and/or the
days of the week during which work may occur. The contractor will
develop work and safety plans, construction drawings, and
specifications and perform the work described above. The contractor may
use explosives and/or conventional dismantling techniques to demolish
the towers, as safely as possible, with minimal environmental
disturbance to the site (including the Chesapeake Bay),and with minimal
physical disturbance to the golf course and/or disruption of golf
course operations. The contractor shall be responsible for performing
all necessary verification and/or mapping of site conditions,
topographic contours, utilities, archaeological/historic and
environmental features, etc., for the purpose of demolition,
restoration, permitting, and/or approvals. This is a two-phase
procurement using a best value analysis for source selection. In Phase
I, Offerors will be pre-qualified on the basis of the following
factors. Only the best-qualified offerors will be invited to submit
Technical and Price proposals under Phase II. Factors for evaluation of
Phase I are: Factor 1 -- Proposed Project Team Structure and Staffing
(provide a project specific organization chart including the names of
those firms and key personnel responsible for Construction Management,
Design, Demolition of Antenna Towers, Restoration of sites and
sensitive areas and Quality Assurance and Quality Control). Factor
2—Relevant Team Experience (provide a minimum of three projects
for each key team member identified in Factor 1 [including Prime
Contractor/Subcontractor experience on large demolition projects,
demolition of antenna towers, design of large scale demolition
projects, MDE Sediment & Erosion Control and Army Corps of Engineer
permitting experience and QA and QC]). Project Teams possessing
experience in demolishing taller towers with solid (non-tubular)
structural members and more experience in demolishing large antenna
arrays supported by tall towers will receive preference. Factor 3 --
Past performance (For each project listed under Factor 2, provide a
point of contact knowledgeable of your performance on the identified
project and a phone number). Also provide a general list of recent
clients that may be contacted for further reference. The Government
will evaluate the reputation and quality of the proposed project team's
past performance. Factor 4 -- Provide the EMR's (Experience Modifier
Rating)of the Prime Contractor and the team member directly responsible
for the tower demolition work, for each of the past three years. Factor
5 -- Provide a statement of the prime contractor's current total
bonding capacity and single project bonding capacity. Factor 6 --
Describe how the proposed team will interact to ensure that this
project is executed safely and expeditiously and to minimize impacts to
the existing environmentally sensitive areas, cultural resources, and
existing buildings, facilities, and operations. All proposals are to be
received no later than 2:00 P.M., 27 January 1999. Submit six bound
copies (not exceeding 50 pages each) to the Engineering Field Activity
Chesapeake, 901 M Street, SE, Bldg. 212, Washington Navy Yard,
Washington DC 20374, Attn: Brenda Geist. Posted 01/15/99 (W-SN288526).
(0015) Loren Data Corp. http://www.ld.com (SYN# 0095 19990120\Y-0009.SOL)
Y - Construction of Structures and Facilities Index Page
|
|