Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2, 2001 PSA #2780
SOLICITATIONS

Y -- RELOCATE ARMORY, USCG ISC KETCHIKAN, ALASAK

Notice Date
January 31, 2001
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Juneau, P.O. Box 21747, Juneau, AK, 99802-1747
ZIP Code
99802-1747
Solicitation Number
DTCG87-01-B-643053
Response Due
March 19, 2001
Point of Contact
Ron Klaudt, Contracting Officer, Phone 907-463-2414, Fax 907-463-2416, Email rklaudt@cgalaska.uscg.mil -- Richard Garrison, Contracting Officer, Phone (907) 463-2415, Fax (907) 463-2416, Email
E-Mail Address
Ron Klaudt (rklaudt@cgalaska.uscg.mil)
Description
DTCG87-01-B-643053 -- Relocate Armory, USCG Integrated Support Command, Ketchikan, Alaska. This project is for construction of a new 40_x42_, one story, steel stud framed building and associated work including: site clearing and grubbing, including tree and muskeg removal; site excavation, backfill and importation of new earth materials; installation of new site utilities including on-site sewer system, storm drain, water tank, electrical and telecommunications; installation of site improvements including: chain link fencing, traffic barriers, guardrail and sidewalks; installation of reinforced concrete strip footings and waterproofing; and installation of reinforced slab-on-grade. Contractor shall perform structural framing including: reinforced concrete masonry units, metal deck, cold-formed metal framing, tubular steel and structural sheathing; install building wrap, vapor barrier, building insulation and sealants; install metal siding, soffit and associated trim accessories; install roofing underlayments, standing seam metal roofing, flashings and associated accessories; install metal security doors, including vault door and security windows; install gypsum ceilings and walls, resilient flooring, ceramic tile and wall base; provide appropriate fire barrier construction as detailed; paint interior spaces; install countertop, fire extinguishers and toilet/shower accessories; install fuel oil tank, boiler, stack, hydronic heating system, plumbing, fixtures and ventilation fans; install electrical service entrance, distribution panel, conduit, conductors, enclosures, fixtures, motor controls, lighting, smoke detectors, telecommunications distribution, and security system. The estimated start work date is late May 2001, with a performance period of 180 calendar days after contract award. The estimated cost range is between $250,000 and $500,000. See the solicitation for bonding requirements. This procurement is issued as a 100% HUBZone small business set-aside. The North American Industrial Classification System (NAICS) Code is 233310 and the applicable size standard is $27.5 million dollars in annual receipts for the past three years. Only certified HUBZone small business concerns may submit a bid. This solicitation will not be issued in paper form. All relevant solicitation documents, including specifications and drawings may be accessed for download beginning on the date of issue (approximately February 16, 2001) at the following site: http://www.eps.gov. Any amendments issued to the solicitation will be posted solely on this web site. Prospective bidders are responsible for checking the web site for amendments up to the date and time of bid opening. Firms not having the capability to download solicitation documents may refer to a list of printers available through the CEU Juneau web site at http://www.uscg.mil/mlcpac/ceujuneau. Printers on this list can download and print drawings and other solicitation documents for a fee. A planholders list will not be available for this project. For minority, Women-Owned and Disadvantaged Business Enterprises; The Department of Transportation (DOT), Officer of Small Business Utilization (OSBDU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short term contracts. This is applicable to any eligible prime or subcontractor at any tier. The DOT Bonding Assistance program enables firms to apply for bid, performance and payment bonds up to $1.0 million per contract. The DOT provides an 80% guarantee of the bid bond amount to a surety against losses. Loans are available under the DOT Short Term Leading Program (STLP) at prime interest rates to provide for accounts receivable. The maximum line of credit is $500,000 dollars. For further information please call OSBDU at (800) 532-1169.
Web Link
Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=DTCG87-01-B-643053&L=489)
Record
Loren Data Corp. 20010202/YSOL001.HTM (D-031 SN50C462)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on January 31, 2001 by Loren Data Corp. -- info@ld.com