|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 9,1996 PSA#1506FAA NW Mountain Region, Acquisition Management Branch ANM-55, 1601 Lind
Avenue S.W., Renton, WA 98055 (206) 227-2055 Y -- AUTOMATION WING 2ND FLOOR AND ATTIC RENOVATION AND INTERIM
SUPPORT BUILDING PROJECT (ARTCC), SALT LAKE CITY, UTAH SOL
DTFA11-96-B-00125 POC Contact, Joseph Fallica, Contracting Officer,
(206) 227-2861, FAX (206) 227-1055 RENOVATION AND CONSTRUCTION. The
Automation Wing 2nd floor and Attic renovation project includes almost
total interior demolition (down to the structure) and renovation.
Major asbestos abatement work included. Reconstruction work consists of
architectural, mechanical, electrical, and installation of fire
sprinkler system. The work related to the Interim Support Building
(ISB) project expands the existing two story Advanced Automation
Support (AAS) building by approximately 3,500 square feet per floor.
Work includes architectural, mechanical and electrical typical with
wood framed office space, and a new light duty elevator. Special
condition: Although the second floor of the Automation Wing in the
ARTCC facility will be vacated, the first floor and Control Wing
basement will continue to be occupied by FAA personnel, other
contractors, and operating electronic equipment during construction.
The existing AAS building will remain in operation during the
construction of the new expansion. The contractor shall complete
construction of the new ISB and permit the FAA to relocate from the
Automation Wing 2nd floor to the new office space before construction
can begin on the Automation Wing 2nd floor and attic. The contract
price range is estimated between $1,000,000 and $5,000,000. Bid,
performance, and payment bonds are required. Special insurance
requirements are also applicable, in particular related to asbestos
work. The planned period of construction performance is 420 calendar
days. The target date for notice-to-proceed (NTP) is approximately
April 1, 1996. Solicitation package should be available O/A January 25,
1996. It is anticipated that before bid opening there will be a site
inspection for offerors. Note: Request for solicitation package must be
submitted in writing to FAA, NW Mountain Region, Acquisition Management
Branch, ANM-55, 1601 Lind Avenue S.W., Renton, WA 98055, Attn: Joseph
Fallica or FAXed to (206) 227-1055. Firms are requested to provide
their company name, mailing address, telephone and FAX numer, and
specifically reference the subject project by solicitation number and
title. Full and open competition. This is an UNRESTRICTED procurement
in accordance with Small Business Competitiveness Demonstration
Program, Title VII of the Business Opportunity Development Reform Act
of 1988 (PL 100-656). For Minority, Women-Owned and Disadvantaged
Business Enterprises: The Department of Transportation (DOT), Office of
Small and Disadvantaged Business Utilization (OSDBU), has programs to
assist minority, women-owned and disadvantaged business enterprises to
acquire short-term working capital and bonding assistance for
transportation-related contracts. This is applicable to any eligible
prime or subcontract 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 on the
bond amount to a surety against losses. Loans are also available under
the DOT Short Term Lending Program (STLP) at prime interest rates to
provide accounts receivable financing. The maximum line of credit is
$500,000. For further information and applicable forms concerning
Bonding Assistance Program and/or the STLP, please call the OSDBU at
(800) 532-1169. The Standard Industrial Classification Code is 1542.
(0005) Loren Data Corp. http://www.ld.com (SYN# 0035 19960108\Y-0001.SOL)
Y - Construction of Structures and Facilities Index Page
|
|