Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 28,1996 PSA#1603

Contracting 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