|
COMMERCE BUSINESS DAILY ISSUE OF june 6,1995 PSA#1361Operational Contracting Office, 100 Logistics Dr., 2nd Flr., Suite 200,
Westover ARB, Chicopee, MA 01022-1531 Z -- MAINTAIN/REPAIR/ALTER BLDG 1408-2400 SOL Projects YTPM 92-0034
A/B/C and 93-0079 A/B. DUE 062095. POC Contact Donald P. Herbert,
413/557-2603, Contracting Officer, Michael I. LaFortune, 413/557-2603.
Pre-Solicitation, Project YTPM 92-0034 A/B/C consists of demolition
and complete interior renovation of the existing building. Replace
interior partitions and exterior insulated walls, providing new
finishes throughout to include vinyl wall covering, carpeting and
ceramic tile suspended acoustic ceilings as scheduled. Plumbing
renovation shall include piping, partitions, and finishes complete.
Electrical renovation shall include building service entry, interior
electrical distribution, secondary distribution, and lighting complete.
Provide exterior security lighting. The automatic fire alarm and manual
pull box alarm system will be replaced complete. Handicapped access
ramps and canopy will be provided complete. Air conditioning complete,
and steam to hot water exchange. Heating system complete is required.
Street to building relocation of gas line is required. Entry area
landscaping shall be provided as scheduled. This project will be
constructed as the first phase of a (single) contract for the rehab of
Buildings 1408 and 2400. Project YTPM 93-0079 A/B/C consists of the
demolition and replacement of the main existing interior architectural,
mechanical, electrical, and plumbing elements together with the
construction of additional space to become an office building.
Demolition consists of the removal and disposal of the existing roof,
existing interior partitions, doors, shelving, flooring, heating
system, electrical lighting and power distribution system, plumbing,
piping and fixtures. Exterior walls shall be prepared for the removal
(and reconfiguration) of existing windows and doors. Architectural and
related demolition is coated with lead paint requiring removal
quantifying testing and disposal by all applicable regulations.
Asbestos and asbestos containing solid demolition shall be removed and
disposed of under all applicable regulations. Renovation shall consist
of the construction of interior steel stud with drywall partition
systems, doors, ceilings, interior glazing casework, shelving and
movable walls. HVAC shall include a new heating, ventilating and air
conditioning system, complete. Plumbing will consist of two handicap
accessible toilet rooms complete. Electrical work shall consist of a
new service entrance, reutilized existing main panel and new interior
distribution system, complete, lighting, and distribution to office
systems furniture. Provide new roof complete, to include exterior
insulation fascia system (E.I.F.S.) at the building's perimeter.
Alteration shall consist of a building addition, concrete foundation,
slab on grade (1 story) reinforced CMU structure with red brick
fenestration, and a light weight steel roof joist structure topped with
steel deck, sloped to exterior roof drain. The additional includes a
glazed entry complete. Interior design of alteration include the
extension of arthitectural character, HVAC system, electrical
distribution and lighting, and windows of similar character to the
renovation described. Vinyl wall covering, acoustical suspension
ceiling system and carpet shall be principle room finish throughout.
Ceramic tile for toilets, and special finishes shall be installed as
scheduled. This project will be constructed as the second phase of a
(single) contract for the rehab of Buildings 1408 and 2400. One job,
Projects YTPM 92-0034 and YTPM 93-0079. Bid issue on or about 31 July
1995. Bid opening on or about 8 Sep 1995. Performance period will be
280 calendar days. Estimated cost of construction is $1,000,000.00 to
$5,000,000.00. This procurement is being considered for 100% set-aside
for Small Disadvantaged Business (SDB) Concerns. Interested SDB
concerns should, as early as possible but not later than 15 days of
this notice, indicate interest in the acquisition by providing to the
contracting office above, evidence of capability to perform and a
positive statement of eligibility as a small socially and economically
disadvantaged business concern. If adequate interest is not received
from SDB concerns, the solicitation will be issued as unrestricted
without further notice. Therefore, replies to this notice are requested
from all business concerns as well as from SDB concerns. The small
business size standard applicable to this construction project is a
concern, including its affiliates, with average annual receipts from
its preceding three years not exceeding $17 million. The SIC (Standard
Industrial Classification) Code for this project is 1542. When
requesting the solicitation, please provide your size standard (i.e.
small, small disadvantaged or large business). Telephone requests will
not be honored. Interested firms may request an IFB package by
submitting a written or FAX request to the above address. The FAX
number is (413) 557-2017. Request must state your interest as a prime
contractor, subcontractor, or supplier. Plans and specifications will
be furnished each bidder with the IFB without charge and will also be
available for examination at Operational Contracting Office, 100
Logistics Dr., 2nd Flr., Suite 200, Westover ARB, Chicopee, MA
01022-1531. (151) Loren Data Corp. http://www.ld.com (SYN# 0099 19950605\Z-0001.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|