|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,1995 PSA#1335USPFO For Utah, 12953 South Minuteman Drive, P.O. Box 2000, Draper,
Utah 84020-2000 Z -- DEICING RAMP AND GLYCOL RECOVERY SYSTEM PROJECT ON THE UTAH AIR
NATIONAL GUARD BASE, SALT LAKE CITY, UTAH Sol DAHA42-95-B-0004. Due
070695. POC Contract Specialist, Diana N. Johnson (801) 595-2312.
Presolicitation Notice: The Project consists of miscellaneous concrete
and asphalt demolition. Removal of steel light pole and foundation.
The site shall be prepared for construction of a new aircraft parking
ramp. Existing power and communication boxes will be raised and
strengthened. The contractor will place engineered fill and portland
cement concrete slab, an underground drainage system, valve box and
pre-engineered pump station, two 10,000 gallon above-ground steel tanks
with a dike system, and telemetering and control panel. Also included
will be the installation of pre-fabricated blast deflectors. The
Project is on the Utah Air National Guard Base located at the Salt Lake
City International Airport, and will require a mandatory site visit
prior to submitting bid. This project is being considered for 100%
set-aside for Small Disadvantaged Business (SDB) concerns. Interested
SDB concerns should notify this office, in writing, of their intention
to bid on the project as a prime contractor as early as possible, but
no later than COB 23 May 1995. This notification shall include a
positive statement of eligibility as a small socially and economically
disadvantaged business concern. Standard Industrial Classification
(SIC) Code 1629 applies. The SDB size standard of $17 million is a
three-year average annual gross revenue. SDB General Contractors must
respond in writing no later than date specified earlier in
announcement. The written response shall provide the following
information: The IFB number DAHA42-95-B-0004, the firms complete name,
address, and telephone number including area code, certified bonding
limitation, capacity and current availability, the firm's dollar limit
for bid guarantee/performance guarantee capacity, provide a minimum of
three references with the same or similar type work that is currently
in progress, or that has been successfully completed. If adequate
interest and/or above information is not received from qualified SDB
concerns by above date, this solicitation will be issued on an
unrestricted basis without further notice. Therefore, replies to this
office are still requested from all interested business concerns as
well as from small disadvantaged business concerns. Magnitude is
between $250,000 - $500,000. The performance period is 150 calendar
days. Bid packages will be issued on a first-come, first-serve basis to
prime contractors only until supply is exhausted. Solicitation
documents will be available on or about 01 June 1995 at a cost of
$100.00 per set (refundable only to businesses that do not qualify if
project is set-aside for small disadvantaged businesses). The $100.00
is to accompany your request and be either by cashiers check, certified
check, or money order payable to the ``Treasurer of the United
States''. All requests shall be in writing. No telephone calls will be
accepted. Bid opening date is scheduled for approximately 06 July
1995. (116) Loren Data Corp. http://www.ld.com (SYN# 0147 19950427\Z-0003.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|