Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1996 PSA#1624

Contracting Officer, USCG Civil Engineering Unit Cleveland, 1240 East Ninth Street, Rm. 2179, Cleveland, Ohio 44199-2060

Z -- STATION BUILDING IMPROVEMENTS AT USCG STATION BARNEGAT LIGHT, NJ. Sol. DTCG83-96-B-3WF319. Due 091996. Contact Point Audrey L. Overholt, (216) 522-3934, ext. 683. Provide all labor, materials, equipment, supervision and transportation required for various Station Building Improvements at U.S.s Coast Guard Station Barnegat Light, New Jersey. Major work items include brick masonry repairs, replacing exterior doors, removing paint from and repainting exterior steel, replacing caulking around windows and doors, rehabbing six existing toilet rooms, installing four new toilet rooms including plumbing and electrical work, replacing interior doors, and interior painting work. Additional work items Base Work: 1) remove and dispose of existing flooring materials as asbestos containing material; 2) dispose of paint and removal debris from steel lintel and overhang framing cleaning as hazardous waste. Option Work Items (items related to base work) 1) remove and dispose of existing flooring materials as asbestos containing material; 2) dispose of paint and removal debris from steel lintel and overhang framing cleaning as hazardous waste. Unit Work Items (items of additional base work) 1) repoint additional lineal feet of brick masonry joints; 2) replace additional number of bricks. Option Work Items (items additional to base work) 1) replace the handrails in the building stairways. Install new stair nosings on exterior concrete stairs. Replace exterior crawl space access doors; 2) replace two aluminum storefront entry doors; 3) replace the flooring, base, and stair treads in the building stairways. Replace flooring and base in entrance/lobby; 4) replace carpeting in the second floor berthing rooms on the second floor corridor; 5) clean all exterior brick masonry. Salvage Value: provide a salvage value for existing toilet room items to be removed. Performance period is 200 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. Est. range is $100K to $250K. Issuance of the solicitation package is anticipated on or about 15 July 1996. Bid opening date is anticipated on or about 19 September 1996. The bid opening date may 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 provides 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. If a solicitation package that your are interested is not on the Procurement Information Line this means the project is not available yet. Do not call to inquire when it will be available. If you pay for the plans and specifications a copy will be provided to you when it is issued. 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 $50.00 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 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 $500,0000. 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. (171)

Loren Data Corp. http://www.ld.com (SYN# 0161 19960625\Z-0001.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page