Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 14,1998 PSA#2136

U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street, Omaha, NE 68102-4978

Y -- AERIAL PORT TRAINING FACILITY, MITCHELL IAP-ARS, WISCONSIN SOL DACA45-98-B-0059 DUE 090398 POC Contract Specialists, Kevin McElroy, 402-221-4108, Bob Cooper, 402-221-4102 WEB: Omaha District Contracting Division Homepage, http://ebs.nwo.army.mil/EBS/CONTRACT.HTM. E-MAIL: Kevin McElroy, or Bob Cooper, Kevin.P.Mcelroy@usace.army.mil or Bob.Cooper@usace.army.mil. On or about 03 August 1998, this office will issue Invitation for Bids for the construction of AERIAL PORT TRAINING FACILITY, GENERAL MITCHELL IAP-ARS, WISCONSIN. Bids will be opened on or about 03 September 1998. SOLICITATION OF BIDS WILL BE RESTRICTED TO 8A COMPETITIVE BIDDING WITHIN THE GEOGRAPHICAL AREA OF COMPETITION. The Geographical Area of Competition is the state of Wisconsin. Contractors interested in inspecting the site of the proposed work should contact the Upper Michigan Resident Engineer, U.S. Army Corps of Engineers, 407 First Street, Bldg. 512, Gwinn, MI 49841, Telephone: (906) 346-4434. FAX (906) 346-5961. The work will include the following: (Approx. quantities) New 21,520 square feet two (2) story building including: masonry veneer, combination steel framed structure and load bearing walls with EPDM single ply roof membrane, HVAC, electrical, overhead hoist and roller conveyor material handling system and storage cages; Building accommodates 250 personnel, provides air delivery operations material handling, and has administrative office space and classrooms. Sitework includes: moderate relocation and/or replacement of existing utilities (storm sewers, sanitary sewers, communication lines and power lines); combination fire and domestic water main extension; relocation of street (1st Avenue), providing a temporary gravel road and reconstruction of 1st Avenue with bituminous pavement; new concrete sidewalks, approach drives to 1st Avenue and the flightline; a new bituminous parking lot; seeding of disturbed areas and minor landscaping. The estimated construction cost of this project is between $1,000,000 and $4,000,000. Contractor's Quality Control will be a requirement in this contract. FOR PURPOSES OF DETERMINING ELIGIBILITY FOR AWARD OF COMPETITIVE CONSTRUCTION REQUIREMENTS, THE TERM "FIRMS LOCATED WITHIN THE GEOGRAPHICAL AREA OF COMPETITION" SHALL MEAN: (1) FIRMS HAVING PRINCIPAL PLACES OF BUSINESS LOCATED WITHIN THE GEOGRAPHICAL AREA OF COMPETITION; AND (2) FIRMS HAVING OFFICES WITH AT LEAST ONE FULL TIME EMPLOYEE LOCATED WITHIN THE GEOGRAPHICAL AREA OF COMPETITION. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for fiscal year 1998: (a) Small Business: 61.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 9.1% of planned subcontracting dollars. (c) Women Owned Small Business: 4.5% of planned subcontracting dollars. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 415 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Plans and Specifications will be provided free of charge. All requests for solicitation packages should be made in writing and no later than 14 days prior to bid opening. After such time, packages will be furnished if supply is available. It has been determined that the number of sets be limited to one (1) per firm. Ordering of plans and specifications shall be by written request or register on the Omaha District website: http://ebs.nwo.usace.army.mil/EBS/Contract.htm or faxed to (402) 221-4530 with the following information: 1) Name of Firm; 2) Point of Contact; 3) Mailing Address; 4) Street Address for Parcel Delivery Service; 5) Telephone and Fax Phone Numbers with Area Code (FAX numbers are mandatory to ensure the receipt of any amendments that may be faxed); 6) Level of Participation (General Contractor, Subcontractor, Supplier or Plan Room); and 7) Large Business, Small Business or Small Disadvantaged Business. If any of the information changes during the advertisement period, submit the information via e-mail to kevin.p.mcelroy@usace.army.mil or bob cooper @sace.army.mil or by written request or fax. Failure to provide the above information and any changes may cause a delay in receiving plans, specifications and amendments. Questions regarding the ordering of same should be made to: 402-221-4108 or 4102. Telephone calls regarding Small Business matters should be made to: 402-221-4110. Telephone calls on contents of drawings and specifications should be made to Specification Section at: (402) 221-4547. Posted 07/10/98. (0191)

Loren Data Corp. http://www.ld.com (SYN# 0108 19980714\Y-0004.SOL)


Y - Construction of Structures and Facilities Index Page