Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 12,1996 PSA#1549

Department of Transportation, Federal Aviation Admin. (FAA), Contracts and Acquisition Management Branch, AWP-55, P.O., BOX 92007, WWPC., Los Angeles, CA. 90009-2007

Y -- REFURBISH ADMINISTRATION MODULAR TRAILERS AT THE OAKLAND AND LOS ANGELES AIR ROUTE TRAFFIC CONTROL CENTERS, CALIF. SOL DTFA08-96-B-03685 POC Alice C. Clark, (310) 725-7563 The Contractor shall provide all labor, materials, equipment, transportation, and services necessary to design, manufacturer, transport, and set-up a one-story building of 8064 gross square feet modular building for office use at the Los Angeles Air Route Traffic Control Center (ZLA), Palmdale, California and at the Oakland Air Route Traffic Control Center (ZOA), Fremont, California. Work shall include, but is not limited to the following: designing modular building to include air conditioning, heating, adequate lighting and normal office-type standard interior finishes, handicapped steel ramp and landing, restroom, exterior finish blending with existing building finishes, concrete slab, manufacturing, transporting, setting-up, grounding, lightning protection, and utilities (sewer, water, electrical) hook-up to the modular building. Other work includes clearing the site (removal of existing grass from the areas to be developed, excavation and recompacting to proper grades), install new power conductors and associated breakers, panelboards, install new sewer, water and telco ductbanks, install a catch basin and associated drainage line, install a complete electrical grounding and lightning protection system, relocate existing lawn sprinkler system and design of a new lawn sprinkler system to accommodate the new building, install a new lawn sprinkler system after relocation, demolish existing lawn sprinkler system and design of a new lawn sprinkler system to accommodate the new building, install a new lawn sprinkler system based upon the new design, test the new and old sprinkler system for automatic operation and coverage, test all cables and utilities installed to meet FAA Standards and to ensure correct functional installation, demolish existing transite main and secondary water piping and replace with new ductile iron water pipe, relocate and test existing backflow preventer for leaks and normal operation, relocate and or replace trees that are in the way of construction, and install concrete slab underneath the new Modular Building at each of the locations stated above. All site work shall be performed in strict accordance with FAA plans and specifications. The performance period is in two phases: 105 calendar days after receipt of the notice to proceed for design, fabrication, and site delivery, and set-up of modular trailers for both sites, and 28 calendar day after Government acceptance for delivery, and set-up of modular trailers for both sites. A total of 133 calendar days to complete all work. Invitation of Bid (IFB) #DTFA08-96-B-03685 will be available on or about April 15, 1996, with a public bid opening approximately 30 days thereafter. The estimated price range for this procurement is between $1,000,000 and $5,000,000. All interested offerors must submit their request for the IFB to the attention of Alice C. Clark by letter to the address listed above or FAX your request to (310) 297-0056. TELEPHONE REQUESTS WILL NOT BE HONORED. NOTE: Funds are not currently available for this project, however funds will be available at time of award. The Standard Industrial Classification (SIC) Code for this procurement is 1542. This is an unrestricted procurement in accordance with the Small Business Competitive Demonstration Program, Title VII of the Business Opportunity Reform Act of 1988 (P.L. 100-656). This notice BELOW is for informational purposes 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, payment, and performance bonds up to 1.0 million per contract. The DOT provides an 80 percent guaranty on the bond amount to a surety against losses. Loans are also available under the DOT Short Term Lending Programs (STLP), at prime interest rates to provide accounts receivable financing. The maximun line of credit is $500,000. For further information regarding the bonding and lending programs, please call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169. For information concerning the acquisition, contact the contracting official listed above. (0068)

Loren Data Corp. http://www.ld.com (SYN# 0095 19960311\Y-0001.SOL)


Y - Construction of Structures and Facilities Index Page