|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 16,1996 PSA#1510Commanding Officer, Civil Engineering Unit, P. O. Box 21747, 709 W. 9th
Street, Room 817, Juneau, Alaska 99802-1747 Z -- REPLACEMENT OF FOUR COMPUTER ROOM TYPE AIR CONDITIONING UNITS AT
USCG LORAN STATION TOK, AK. SOL DTCG87-96-B-643015 DUE 031196 POC J.H.
O'Malley, Contracting Officer 907/463-2417 DTCG87-96-B-643015 for
replacement of two - six (6) ton air-cooled units (AC-3 & AC-4) and two
- twenty (20) ton air-cooled units (AC-1 & AC-2) including remote
condensers (CU-1, CU-2, CU-3 & CU-4), receivers, inter-connecting
insulated piping and controls. New units to be installed consist of two
- eight (8) ton glycol-cooled downflow units and two - twenty (20) ton
glycol-cooled upflow units, including new remote centrifugal
drycoolers, duplex pumps, expansion tanks, new inter-connecting
heat-traced insulated piping, and new controls. New units shall have
glycol freecooling coils. A new refrigerant leak detection system shall
also be provided. Design and provide all required modifications to the
buildings electrical system, structures and mechanical systems
necessary for the installation of the new units. Compliance is required
with National Fire Protection Association (NFPA) standards; the Uniform
Mechanical Code (UMC); National Electric Code (NEC); the American
Society of Heating, Refrigerating, and Air-Conditioning Engineers, Inc.
(ASHRAE) Handbooks; and all other Federal, State and local laws,
regulations, and ordinances regarding removal and disposal of existing
air conditioning equipment and design and installation of air
conditioning equipment. Sealed bid solicitation to be issued on or
about February 9, 1996. Estimated cost range is between $250,000. and
$500,000. dollars. Requests for bid documents must be submitted and
received by this office not later than February 8, 1996. This
procurement is being issued pursuant to the Small Business
Competitiveness Demonstration Program. For Minority, women and
disadvantaged business enterprises only: 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% guaranty on the bond amount to a surety against loses.
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. Interested
concerns can obtain bid packages for a non-refundable fee of $25.00
paid in advance (make check payable to U. S. Coast Guard) by writing
Commanding Officer, Civil Engineering Unit, Room 817, P.O. Box 21747,
Juneau, Alaska 99802-1747. (0011) Loren Data Corp. http://www.ld.com (SYN# 0092 19960112\Z-0002.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|