Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1995 PSA#1471

USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192

Y -- MATES CONSTRUCTION Sol. DAHA15-96-B-0001. Due 011096. POC: Contracting Officer, Harold S. Harrod, 502-564-8425. The Kentucky Army National Guard plans to construct a new Mobilization & Training Equipment Site (MATES) Facility at Fort Knox, KY. The work will consist of site work for a 25 acre site, site utilities, asphalt parking, concrete paving, gravel parking areas, concrete foundations, masonry and steel building structures, and related electrical and mechanical systems. Contractor shall furnish all labor, materials, equipment, plant and supervision to provide a complete and usable facility. The function of this facility is to service M-1 tanks, MLRS, other tracked vehicles, and wheeled vehicles of the KyARNG training at Fort Knox. The main shop building will be 88,270 SF steel frame, masonry structure with metal roofs and built-up roofs, fitness center, supply and tool areas, weapons vaults with IDS systems, support shops, 20 repair bays and related equipment in the alternates, inside wash bay, lubrication bay, battery charging area, flammable storage area, controlled waste storage area. The BII building will be a 13,108 SF steel frame, metal sided, metal roofed building with 9,006 SF being small material storage for items issued with vehicles, weapons vault with IDS system, break area, rest rooms, two small offices, mechanical/electrical space and two covered exterior loading docks. Specialized equipment in the project includes one 35 ton crane covering up to 16 bays, one 7.5 ton crane covering up to 8 bays, one 7.5 ton single rail crane, paint media blasting system, vehicle paint booth, vehicle exhaust systems, air-water-lubricant-power drops to service bays, emergency eye-wash/shower units, and oil-water separator system. Performance time will not exceed 365 calendar days. The construction cost range is between $5,000,000 and $10,000,000. In addition to the Base Bid work stated above, the following Additive Bid Items (ABIs) are included: (1) ABI #1-Painting Area Bays, (2) ABI #2-Dry Filter Paint Spray System, (3) ABI #28-Dry Paint Stripping System, (4) ABI #3-Support Bays #2 and #4, (5) ABI #4-Support Bays #1 and #3, (6) ABI #5-Loading Dock Leveler, (7) ABI #5-Fuel Dispensing System, (8) ABI #7-Metal Lockers, (9) ABI #8-Mirrors, (10) ABI #9-Projection Screen, (11) ABI #10-Bulletin Board and Signage. This procurement will be solicited as ``Unrestricted'' all interested concerns wishing to bid as prime contractors are invited to reply to this notice in writing. Specify IFB DAHA 15-96-B-0001. Solicitation documents will be available 16 days after publication of this notice at a cost of $100.00 per set. This is a nonrefundable cost. The $100.00 is to accompany your written request and be either a cashiers check, certified check or money order made payable to ``DAO, Fort Knox''. Absolutely no telephone or FAX requests will be accepted. Bid documents are available for inspecting at the following locations without charge: F.W. Dodge (2 locations) 2525 Harrodsburg Road, 1 Paragon Center, Suite 230, Lexington, KY 40504 and 303 N. Hurstbourne Lane, Suite 26, Louisville, KY 40222; The Builders Exchange, P.O. Box 5398, Louisville, KY 40205; Dodge-Scan, P.O. Box 94536, Cleveland, OH 44115; Sierra Network Systems, Inc., 2401 15th Street, Denver, CO 80202, and AGC of Kentucky, 3830 Taylorsville Road, Louisville, KY 40220; and the USPFO for Kentucky, Boone National Guard Center, Bldg. 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192. The USPO will provide a copy of the Bidders Mailing List (BML) to each of the 6 firms listed above. Copies of the BML can be obtained from these firms only. The USPFO for Kentucky will not furnish the BML to any other firm or entity. A bid guarantee in the amount of 20% of the bid price or $3 million (whichever is less) will be required. The prime contractor is required to perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. A Pre-Bid Conference is tentatively scheduled for 10 a.m. Eastern Standard time on 15 December 1995. A subcontracting plan will be required if the successful bidder is a large business. The SIC is 1542 and the size standard including affiliates is no more than $17 million average annual revenue for the previous three years. (310)

Loren Data Corp. http://www.ld.com (SYN# 0153 19951109\Y-0001.SOL)


Y - Construction of Structures and Facilities Index Page