|
COMMERCE BUSINESS DAILY ISSUE OF MAY 18,1995 PSA#1349USAED, Kansas City, 757 Federal Building, 601 East 12th Street, Kansas
City, MO 64106-2896 Y -- CONSTRUCTION OF TEMPORARY LODGING FACILITY, MCCONNELL AIR FORCE
BASE, WICHITA, KANSAS SOL DACA41-95-B-0076 DUE 071195 POC Contract
Specialist Ann L. Gunzel (816) 426-5343 (Site Code DACW41) The work to
be performed consists of the construction of a Lodging Facility for
officers who are temporary assigned to McConnell Air Force Base. The
work includes, but is not limited to, asphalt paving, asbestos removal,
concrete work, masonry, metal work, carpentry, roofing, glass and
glazing, painting, kitchen cabinets, shelving, plumbing, HVAC work,
electrical work, and sitework. Solicitations will be issued on or about
12 June 1995. Bids will be opened on or about 11 July 1995. Estimated
cost of proposed procurement: Between $1,000,000. and $5,000,000.
Estimated time of completion: 390 calendar days. Contact the
Administrative Support Staff at (816) 426-6484 for information
regarding plans and specifications. Cost of plans and specifications:
Full Scale - $60.00; Half Scale - $45.00 (NON-REFUNDABLE). PLANS AND
SPECIFICATIONS WILL NOT BE ISSUED UNTIL PAYMENT HAS BEEN RECEIVED IN
THIS OFFICE. Make check payable to Corps of Engineers, Omaha District.
Please provide a street address when requesting plans and
specifications. There will be a limited number of plans and
specifications available for this solicitation. They are available on
a first-come, first-served basis. Small and Small Disadvantaged
Businesses are encouraged to participate. All interested firms are
reminded that the successful firm will be expected to place
subcontracts to the maximum practical extent with Small and Small
Disadvantaged firms in accordance with Public Law 95-507.If a large
business is selected for this contract, it must comply with FAR
52.219-9 regarding the requirement for a Subcontracting Plan for that
part of the work it intends to subcontract. The subcontracting goals
assigned to the KC District by USACE are 60.3% for Small Business, 9.8%
for Small Disadvantaged Business and 2.9% for Women Owned Small
Business concerns. Small Disadvantaged Business Goals of less than 5%
must be approved two levels above the Contracting Officer, DOD FAR
Supplement 219.705-4. Should this solicitation be for the Environmental
Protection Agency (EPA) - ONLY EPA - A minimum 8% Small & Disadvantaged
Goal is required per Public Law 101-507 and Small Women Owned
Businesses are considered to be small and Disadvantaged Businesses. An
acceptable Subcontracting Plan must be agreed upon prior to award to
any Large Business. For informational purposes the small business size
for this solicitation is one where the average annual receipts of the
concern and its affiliates for the preceding three fiscal years does
not exceed $17.0 million, the Standard Industrial Classification Code
(SIC) is 1542. Questions of an technical nature may be addressed to
Edgar Ray, Project Engineer, at (816) 426-3275. Questions of an
administrative nature may be addressed to Ann Gunzel, Contract
Specialist, at (816) 426-5343. THIS JOB DOES NOT INCLUDE CPM PLANNING.
THIS JOB INCLUDES THE AFFIRMATIVE ACTION PLAN FOR WICHITA, KANSAS US
DEPT OF COMMERCE ECONOMIC AREA.(0136) Loren Data Corp. http://www.ld.com (SYN# 0120 19950517\Y-0001.SOL)
Y - Construction of Structures and Facilities Index Page
|
|