|
COMMERCE BUSINESS DAILY ISSUE OF MAY 28,1996 PSA#1603Contracting Officer, USCG Civil Engineering Unit Cleveland, 1240 East
Ninth Street, Rm. 2179, Cleveland, Ohio 44199-2060 Z -- REHABILITATE FOUR BUILDINGS AT USCG STATION ATLANTIC CITY, NJ SOL
DTCG83-96-B-3WF268 DUE 082796. Contact Point Audrey L. Overholt, (216)
522-3934, ext. 683. Provide all labor, materials, equipment,
supervision and transportation required to rehabilitate the exterior of
four (4) buildings at U.S. Coast Guard Station Atlantic City, New
Jersey. Basic Work #1: Procure an independent sampling and testing
company to sample and test existing painted surfaces on the Station
Building, Boathouse Building, and Equipment Building for lead content.
Other work items included with Basic Work Item #1 are; Station
Building-replace trim, shutters, and doors, strip paint from wood trim,
masonry foundation, and steel fire escapes; paint the entire building
exterior, Equipment Building-replace windows, doors, and shingle
siding, strip paint from wood trim, and paint the entire building.
Additional Work Items include the following: Unit Item Work #2-In lieu
of stripping paint from, replace wood trim on Station Building with
new wood trim matching the existing; Unit Work Item #3-In lieu of
stripping paint from, replace wood trim on Boathouse and Equipment
Buildings with new wood trim matching the existing; Unit Work Item #4.
Remove and dispose of paint on the wood trim of the Station Building
as lead-containing paint; Unit Work Item #5. Remove and dispose of
paint on the masonry foundation of the Station Building as
leads-containing paint; Unit Work Item #6. Remove and dispose of paint
on the steel fire escapes of the Station Building as lead-containing
paint; Unit Work Item #7. Remove and dispose of paint on the wood trim
of the Boathouse and Equipment Buildings as lead-containing paint.
Work to be completed in phases. Phase I-IV: Work shall be done in four
phases or one building at a time. All work for a building must be
completed and approved by the Contracting Officer prior to beginning
work in the next building. The order of work shall be designated by the
Contracting Officer prior to the Notice to Proceed. Additionally, the
contractor shall phase and conduct work for each building so that it
remains operational and accessible for the work duration. Performance
period is 120 calendar days after Notice to Proceed. This acquisition
will have a 90 day bid acceptance period because funds are not
presently available for the award of this acquisition. There is a high
probability that performance of this acquisition will be completed in
1997. Est. range is $100K to $250K. Issuance of the solicitation
package is anticipated on or about 1 July 1996. Bid opening date is
anticipated on or about 27 August 1996. The bid opening date will be
adjusted accordingly depending on issuance of the solicitation. Please
do not call to verify the bid opening date. This office has
established a Procurement Information Line which provide information
regarding projects currently on the street and open for bidding. The
telephone number is (216) 522-3934 ext. 745 and a description of the
project, solicitation number, location of the project, contract
specialist and bid opening date will be provided. The small business
size standard for this contract is 1542 and the average size standard
is $17.0 million. All responsible sources may submit a bid, which will
be considered by the agency. This is an unrestricted procurement and
is open to both small and large businesses in accordance with Public
Law 100-656. THERE IS A NON-REFUNDABLE DEPOSIT REQUIRED IN THE AMOUNT
OF $30.00 PER SOLICITATION PACKAGE. COMPANY CHECKS, CERTIFIED CHECKS,
CASHIERS CHECKS OR MONEY ORDERS WILL BE ACCEPTED. MAKE CHECK PAYABLE TO
U.S. COAST GUARD. NO TELEPHONE REQUESTS WILL BE ACCEPTED; ONLY WRITTEN
REQUESTS RECEIVED ALONG WITH THE BID DEPOSIT WILL BE ACCEPTED DIRECTLY
FROM THE REQUESTOR (FAX #216-522-7107). ``This notice is for
information 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% guaranty 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 Assistant Program and/or the STLP, please call the OSDBU at
(800) 532-1169. For information concerning the acquisition, contact the
contracting official listed above.'' (142) Loren Data Corp. http://www.ld.com (SYN# 0155 19960524\Z-0001.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|