Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 25,1998 PSA#2039

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

Y -- ADAL FITNESS CENTER, U.S. AIR FORCE ACADEMY, COLORADO SOL DACA45-98-B-0024 DUE 042898 POC Contract Specialist: Pat Overgaard, 402/221-3031 WEB: Omaha District Contracting Division Homepage, http://ebs.nwo.usace.army.mil/EBS/CONTRACT.HTM. E-MAIL: Pat Overgaard, Pat.M.Overgaard@usace.army.mil. On or about 26 March 1998, this office will issue Invitation for Bids for the construction of ADAL FITNESS CENTER, U.S. AIR FORCE ACADEMY, COLORADO. Bids will be opened on or about 28 April 1998. This solicitation is unrestricted and open to both large and small business participation. Contractors interested in inspecting the site of the proposed work should contact the Air Force Resident Engineer (Paul Jendzejec), U.S. Army Corps of Engineers, Building 8110, Edgarton Drive, Suite No. 7, U.S. Air Force Academy, CO 80840. Telephone (719) 333-2973 FAX (719) 333-2979. The work will include the following: (Approx. quantities) Construction of a 20,000 S.F. addition on to the existing Fitness Center in the Community Center Area of the USAF Academy, CO as well as alterations of the existing facility. The Addition contains a new gymnasium, locker rooms, training room, aerobics room, office space, main entry control / lobby, stairwells, mech/elec rooms, storage, etc. The Addition structure consists of reinforced CMU walls with brick veneer and some glazing. Floor framing consists of concrete slab on metal form deck supported by a system of steel joists, beams, and interior TS columns. The roof consists of a modified bitumen roof system on steel deck and steel bar joist supported by reinforced CMU bearing walls. Foundation walls, footings, slabs-on-grade, and retaining walls consist of reinforced concrete. The alterations of the existing facility consists of mechanical and electrical infrastructure upgrades and renovation of select areas of the existing facility (first floor locker rooms, new elevator in existing stairwell, swimming pool system modifications (Bid Option), hazardous waste removal and disposal (asbestos and lead based paint), etc.). The heating and ventilation systems will utilize the existing HTHW system to provide heat to the entire facility through constant volume air and variable air volume air handling units. Air conditioning is accomplished by mechanical cooling through a package exterior chiller (Bid Option). The electrical power distribution and lighting is supplied from a new 1000 KVA transformer (oil filled, pad-mounted). Emergency power for life safety lighting circuits is provided by an emergency generator (24 KVA). Miscellaneous work includes: clearing and grubbing, sitework, grading, landscaping, lawn sprinkler system, concrete sidewalks, concrete curb retaining wall with storm drain inlets, area lighting, piping, plumbing, tele-communications, utilities (sanitary sewer, water, storm drainage, underground electrical), fire detection system, insulation, gypsum wallboard, acoustical ceiling tiles, carpeting, tile, doors, hardware, painting, finishes, wall graphics, miscellaneous casework / cabinetry, etc.. The estimated construction cost of this project is between $5,000,000 and $7,500,000. Contractor's Quality Control will be a requirement in this contract. 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 400 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. The plans and specifications are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) per firm. Plans and Specifications will not be provided in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs.mro.usace.army.mil/EBS/Contract.htm Ordering of CD-ROM shall be made through the Internet address above 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 CONTRACT.SPECIALIST.NAME@usace.army.mil or by written request or fax. Failure to provide the above information and any changes may cause a delay in receiving CD-ROM and amendments. Questions regarding the ordering of same should be made to: 402-221-3031. 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. (0054)

Loren Data Corp. http://www.ld.com (SYN# 0133 19980225\Y-0010.SOL)


Y - Construction of Structures and Facilities Index Page