|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,1995 PSA#1275Department of Transportation, Federal Aviation Admin. (FAA) Contracts
and Acquisition Management Branch, AWP-55, P.O., BOX 92007, WWPC., Los
Angeles, CA. 90009-2007 Z -- ROOF REPLACEMENT, MOLOKAI ATCT, HI. SOL DTFA08-95-B-04008 POC
Matt Smilak, Contracting Officer, (310)297-1576 or Mike Levinson,
Contract Administrator, (310)297-0269 Contractor shall provide all
necessary labor, supervision, materials, tools, plant and equipment
necessary to demolish the roof, remove asbestos containing materials
(ACM) and reroof the Molokai ATCT, Molokai, Hawaii. Work includes but
is not limited to: removing existing built-up roofing, handle, contain
and dispose of asbestos containing roofing material, prepare steel
roof deck to receive new roofing, provide and install flat and tapered
roof insulation, tapered edge and cant strips, three ply modified
bitumen base felts and a modified bitumen base felts and a modified
bitumen mineral surfaced cap sheet, base and counter flashings at roof
edge, roof openings, drains and scuppers, remove existing channel
section handrail and replace with new pipe rails, remove and reinstall
existing antennas, lighting fixtures and air terminals along with
associated cabling and wiring, provide and install roof walkway,
clean-up and dispose of materials. All work is to be performed in
strict accordance with FAA specifications and drawings. The estimated
price range for this acquisition is between $25,000 and $100,000. The
Standard Industrial Classification (SIC) Code is 1761. The Small
Business Size Standard is $7.0 million. This is an unrestricted
acquisition in accordance with the Small Business Competitiveness
Demonstration Program, Title VII of the Business Opportunity
Development Reform Act of 1988 (P.L. 100-656). Solicitation will be
issued o/a February 14, 1995 with a formal bid opening to be held o/a
March 14, 1995. Solicitation packages may be obtained by written
request to the address above or by telefax to (310)297-1167, attn: Mike
Levinson. All responsible sources may submit a bid which shall be
considered by the agency. NO TELEPHONIC REQUESTS WILL BE ACCEPTED. This
notice BELOW is for informational purposes for Minority, Women-Owned
and Disadvantaged Business Enterprises: The Department of
Transportation (DOT), Office of Small and Disadvantaged Business
Utilization (OSDBU), has programs to assist minority, women-owned and
disadvantaged business enterprises to acquire short-term working
capital and bonding assistance for transportation-related contracts.
This is applicable to any eligible prime or subcontract at any tier.
The DOT Bonding Assistance Program enables firms to apply for bid,
payment, and performance bonds up to 1.0 million per contract. The DOT
provides an 80 percent guaranty on the bond amount to a surety against
losses. Loans are also available under the DOT Short Term Lending
Programs (STLP), at prime interest rates to provide accounts receivable
financing. The maximun line of credit is $500,000. For further
information regarding the bonding and lending programs, please call the
DOT Office of Small and Disadvantaged Business Utilization at (800)
532-1169. For information concerning the acquisition, contact the
contracting official listed above. (0031) Loren Data Corp. http://www.ld.com (SYN# 0177 19950201\Z-0001.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|