Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2003 FBO #0424
SOLICITATION NOTICE

Z -- Rehabilitation of U.S. Coast Guard Administration Building, ISC Ketchikan, AK.

Notice Date
1/28/2003
 
Notice Type
Solicitation Notice
 
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
DTCG87-03-R-643061
 
Archive Date
4/12/2003
 
Point of Contact
Joseph O'Malley, Contracting Officer, Phone (907) 463-2417, Fax (907) 463-2416, - Ron Klaudt, Contracting Officer, Phone 907-463-2414, Fax 907-463-2416,
 
E-Mail Address
jomalley@cgalaska.uscg.mil, rklaudt@cgalaska.uscg.mil
 
Description
DTCG87-03-R-643061 ? Rehabilitation of U.S. Coast Guard, Integrated Support Command, Administration Building, Ketchikan, Alaska. Building is cast-in-place concrete with columns at 18 foot spacing. The work includes providing temporary alternate space while the Administration Building is being rehabilitated. The contractor shall provide all materials, supplies, equipment, transportation and perform the labor to supply two temporary completely functional (including all utilities and communications) modular units: a berthing and toilet/shower module with separate areas for men/women; and an office module with dining/kitchen facilities including lavatories for men/women. The contractor shall transfer government furnishings, desks, chairs, etc., to/from adjacent buildings and provide temporary storage for unused furnishings during construction. First floor administration building rehabilitation includes demolition/removal of existing walls, doors, windows, ceilings, plumbing, ductwork, heating equipment, telephone and communication wiring. Demolish and remove existing electrical substation and distribution system to the building, and relocate a portion of the existing steam supply & return system. First floor new and rehabilitated work includes communications, ceilings, walls, floor finishes, concrete surface repair, hot water boiler system, installation of primary electrical system with transformer and appurtenances. Option items may include a first floor sprinkler system, work to finish and complete the station training, recreation and galley rooms and the installation of a standby generator system. A firm-fixed-price contract will be awarded. Selection for award will be based upon best value to the government considering experience/past performance and price. The Government anticipates award based on initial proposals without discussions. The time for completion of all work on this project is 180 days from date of award. The estimated project cost range is between $1 million and $5 million dollars. The industry standard NAICS code is 236220 and the applicable size standard is $28.5 million dollars in annual receipts for the past three years. 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 (estimated to be on or about February 28, 2003) at the following site: http://www/eps.gov. Any amendments issued to the solicitation will be posted solely on this web site. Prospective offerors are responsible for checking the web site for amendments up to the date and time for receipt of proposals. Companies 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 from the Contracting Office. This procurement is issued pursuant to the Small Business Competitiveness Demonstration program, Public Law 100-656, as implemented by the OFPP policy directive and test plan dated 8/31/89. This is not a small business set-aside. All responsible offerors may submit an offer which shall be considered by the U.S. Coast Guard. For minority, women owned and disadvantaged business enterprises: the Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short term working capital assistance for transportation-related 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 Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800)532-1169.
 
Place of Performance
Address: U. S. COAST GUARD INTEGRATED SUPPORT COMMAND, KETCHIKAN, ALASKA.
Zip Code: 99901-6661
Country: USA
 
Record
SN00247834-W 20030130/030128213158 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.