Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2002 FBO #0278
SOLICITATION NOTICE

Z -- Window Replacement ISC Alameda

Notice Date
9/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Oakland, 2000 Embarcadero Suite 200, Oakland, CA, 94606-5000
 
ZIP Code
94606-5000
 
Solicitation Number
DTCG88-02-B-623197
 
Point of Contact
James Cooper, Contract Specialist, Phone 510-535-7280, Fax 510-535-7233, - Janice Preston, Contract Specialist, Phone 510-535-7286, Fax 510-535-7233,
 
E-Mail Address
JFCooper@d11.uscg.mil, JPreston@d11.uscg.mil
 
Description
Furnish all labor, materials and equipment REPLACE WINDOWS IN BUILDINGS 14, 16 AND 18 at ISC ALAMEDA. The work includes, but is not limited to the following: BUILDING 14 (Basement Only) A. Remove existing exterior basement windows as designated. B. Remove existing fixed louvers and adjacent window at north wall of the boiler room. Existing pipe penetrations at head of window and louvers shall remain. C. Remove existing exterior wood louvers from basement windows. D. Install new aluminum frame, fixed and casement windows at designated basement locations. E. Install new aluminum frame projected window and new fixed aluminum louvers at north wall of boiler room. F. Install new fixed aluminum louvers with metal mesh screens at unexcavated, underfloor locations. BUILDING 18 (Basement Only) A. Remove existing basement windows and exterior wood louvers on all basement windows; embedded steel window frames shall remain. B. Remove and dispose of gravity dampers, louvers and louver frame assemblies at each designated window. C. Disconnect and store for re-use, exhaust and supply fans at designated window locations. D. Install new aluminum frame, projected and fixed windows at designated basement locations. E. Install new gravity dampers and louvers at designated window locations. Mount and reconnect existing electric fans at scheduled window locations. BUILDING 16 (First Floor Only) A. Remove and dispose of existing steel frame exterior windows on all first floor areas; fixed embedded steel window frames shall remain. Windows in existing overhead doors shall remain. B. Remove and dispose of gravity dampers, louvers and louver frame assemblies at each designated window. Disconnect exhaust and supply fans at existing windows. Remove power supply and/or conduit and cap at nearest junction box. C. Remove existing exterior entrance door, frames, transom and sidelight windows at Work/Life office. D. Replace existing windows,?in-kind?, by installing new steel framed, fixed and projected windows at scheduled exterior openings of the first floor area. New windows shall be similar in appearance and construction as the original. But, the glass shall be laminated for increased energy efficiency. E. Install new 16 gauge galvanized steel louvers in new window assembly of Mechanical Room. F. Install laundry dryer vents in new insulated metal panels of new windows of Laundry Room. G. Install new steel entrance door, frames, hardware, sidelights and transom at Work/Life Office of west exterior wall. GENERAL FOR EACH BUILDING A. Install insulated, clear, low-e glass in all new windows, unless noted otherwise. B. Install insulated, obscure glass in all new windows of toilet and shower rooms, unless noted otherwise. C. Install opaque glass in all windows that are furred-in on the interior. D. Install metal screen mesh at all opening sash. Install metal screen mesh behind all louvers. E. Touch-up paint window perimeters and trim around new installed windows. F. Seal the perimeter, exterior and interior of each new window frame and louver. G. Paint, Building 16, existing overhead doors, frames and trim to match new steel window frames and new steel insulated panels. H. Wash windows after installation. The existing window putty contains asbestos and the painted window coatings include sub surfaces with lead based paint. Respond to these issues as per Section 011110, Safety, Health and Environmental Protection. The estimated cost of this procurement is between $500,000 and $1,000,000. Performance period is 210 calendar days after receipt of Notice to Proceed. This procurement is subject to the Small Business Competitiveness Demonstration Program and is open to large and small business participation. The applicable NAICS code is 233320. Small Business size standard is $27.5 million. All responsible sources may submit a bid, which will be considered. The solicitation can be downloaded from (http://www.eps.gov/) on approximately 15 Sep 2002. If it does not appear on that date, please check back daily. Due dates for quotes will be 15 Oct 2002. This date is estimated and may change. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Our office no longer issues solicitations or amendments in paper form. Instead they maybe accessed at the following website: (http://www.eps.gov/). Offerors should register to receive notification of this solicitation. Any amendments issued to this solicitation will be posted solely on this website. ATTENTION: Minority, Women-Owned and Disadvantaged Business Enterprises (DBE's) The Department of Transportation (DOT), offers working capital financing and bonding assistance for transportation related contracts. DOT's Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000. DOT's Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500,000.00 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
 
Place of Performance
Address: ISC Alameda, Alameda, CA
 
Record
SN00157394-W 20020906/020904213454 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.