Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 9, 2001 PSA #2763
SOLICITATIONS

Z -- HANGAR REHAB-PHASE 2, USCG AIR STATION SITKA, ALASKA

Notice Date
January 5, 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-643042
Response Due
March 2, 2001
Point of Contact
Ron Klaudt, Contracting Officer, Phone 907-463-2414, Fax 907-463-2416, Email rklaudt@cgalaska.uscg.mil -- Joseph O'Malley, Contracting Officer, Phone (907) 463-2417, Fax (907) 463-2416, Email
E-Mail Address
Ron Klaudt (rklaudt@cgalaska.uscg.mil)
Description
DTCG87-01-B-643042 -- Hangar Rehab-Phase 2 at U.S. Coast Guard Air Station Sitka, Alaska. This second phase project is for renovation of the north, 2-story lean-to. Work includes _right sizing_ work spaces, new stairwell for code compliant egress, replacement of interior doors and frames, replacement of interior ceilings and flooring, painting all interior spaces, renovation of the officers' locker rooms to accommodate female pilots, heating & ventilation system rehab and energy efficiency upgrades (install a Invensys Building Systems building automation control system with Network 8000 software to match control system of other Air Station buildings), plumbing system modifications to accommodate the new floor plan, compressed air system and aircraft wash-down system upgrades, electrical maintenance such as replacement of over-current protective devices, replacement of the aging & inadequate 400 Hz distribution system to the helicopter bays and avionics shop and install a new Hobart PoWerMaster ADV Model 90SX200 400 Hz frequency converter to match existing converter, modifications to the emergency generator system, grounding upgrade for convenience receptacles for cleaner power to SWIII_s, energy efficient lighting, fire alarm system replacement, and telecommunications receptacles, removal of hazardous materials (lead based paint and asbestos), seismic upgrades including foundation upgrades and installation of additional cross-bracing, and overhaul of hangar door wear parts. The estimated start work date is mid to late May 2001, with a performance period of 240 calendar days after contract award. The estimated cost range is between $1,000,000 and $5,000,000. See the solicitation for bonding requirements. This procurement is issued on an unrestricted basis 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. 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. All responsible sources 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 January 30, 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-643042&L=489)
Record
Loren Data Corp. 20010109/ZSOL004.HTM (D-005 SN50A2Q8)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on January 5, 2001 by Loren Data Corp. -- info@ld.com