|
COMMERCE BUSINESS DAILY ISSUE OF JULY 25,1995 PSA#1395Operational Contracting Office, 100 Logistics Dr., 2nd Flr., Suite 200,
Westover ARB, Chicopee, MA 01022-1531 Z -- MAINTAIN/REPAIR/ALTER BLDG 1408 AND 2400. SOL IFB
F19617-95-BA013. DUE 092095. Contact Donald P. Hebert, 413/557-2603,
Contracting Officer, Michael I. LaFortune, 413/557-2603. 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 joint 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 architectural
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, IFB F19617-95-BA013. Bid issue on 18
Aug 1995. Bid opening on 20 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 set-aside for 100% Small
Disadvantaged Business (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. (201) Loren Data Corp. http://www.ld.com (SYN# 0239 19950724\Z-0001.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|