Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 28,1997 PSA#1854

USPFO for North Carolina, Attn: Contracting Office, 4201 Reedy Creek Road, Raleigh, NC 27607-6412

Y -- MAINTAIN/REPAIR HEADQUARTER BUILDING SOL DAHA31-97-B-0001 DUE 071597 POC MSG Ralph L. Young -- 919/664-6019 E-MAIL: uspfo for nc, pncnc@nc-ngnet.army.mil. Maintain/Repair Headquarters Building for the North Carolina Air National Guard, (NCANG), Charlotte/Douglas International Airport, Charlotte, North Carolina. This work will consist of but not be limited to: Complete interior demolition with exception of specifically identified areas. The building's interior space will be modified and new finishes will be installed throughout the areas planned for renovation. This shall include new partition walls, floor covering, ceiling systems, wall coverings and finishes, trim work, heating, ventilation and cooling, to include new mechanical equipment, lighting, electrical power, electrical distribution, telecommunications, and other work as defined with the the technical drawings and specifications. Total area comprises 21,686 Total Square Feet. Also included are exterior renovations to the building including but not limited to: New standing seam metal roofing system and canopies complete with supporting structure over the existing building roof deck, complete window replacement, courtyard with walkways, miscellaneous masonry cleaning and site improvements. ABI #1: Vinyl Wall Coverings and Moveable Partitions: Shall consist of the installation of vinyl wall coverings in lieu of painted walls as per base bid. Moveable partitions will also be installed at the locations throughout the facility as indicated on the technical drawings. ABI #2: Ceiling Tile Upgrade and Cabinetry shall consist of the installation of a higher quality ceiling material than that as specified by base bid. Finished architectural casework, (cabinetry), will be fabricated and installed as per the technical drawings and specifications. ABI #3: Signage, Mailboxes, and decorative Concrete shall consist of furnishing and installing interior and exterior signage and distribution type mailboxes. decorative pattern concrete pavement shall be used in the courtyard area in lieu of standard broom finish as specified in base bid. Furnish all materials and equipment necessary to perform work as outlined in project specifications and drawings. Submission of a bid by a contractor shall be accepted as prima facia evidence that he has examined the job and specifications and he has satisfied himself as to the nature and location of the work and all other matters which can in any way affect the work or cost thereof under this contract. Any failure of the contractor to acquaint himself with all available information including a physical survey of the proposed work will not relieve him from successfully performing all the work required to be done for a complete, finished job. The above outline of principle features of the work in no way limits the responsibility of the contractor to perform all work and furnish all tools and labor required by the specifications referred to herein. The completion time for this project is 300 calendar days. Official written request for information must be in writing and refer to IFB, DAHA31-97-B-0001, Maintain/Repair Headquarters Building, PNFJRP942058A, B, & C. This procurement is offered on an unrestricted basis. The Standard Industrial Code (SIC) is 1542. Bid opening in tentatively scheduled for 15 July 1997. Invitation for Bids (IFB) will be issued to potential prime contractors (excluding subcontractors, consultants and material suppliers) on a first received first served basis until supply is exhausted. Telephone requests will not be honored. Plans may be reviewed at AGC or F.W. Dodge offices in Raleigh, Charlotte, and Greensboro, NC. A bid deposit of $200.00 is required in the form of a certified bank check, cashier's check or money order made payable to "Finance and Accounting Officer, Limestone, Maine." Deposits will be refunded provided the drawings and specifications are returned, transportation prepaid, in good condition without marks, notes, or mutilations; to the issuing office within 30 calendar days of bid opening. The successful contractor will perform a minimum of 20% of the contract with its own employees not including the cost of materials, reference FAR Clause 52.236-1, "Performance of Work by the Contractor". In accordance with FAR 36.204, magnitude of cost: between $1,000,000 to $5,000,000. (0143)

Loren Data Corp. http://www.ld.com (SYN# 0095 19970528\Y-0003.SOL)


Y - Construction of Structures and Facilities Index Page