|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7,1997 PSA#1778U.S. Department of Labor, ETA, Division of Acquisition and Assistance,
200 Constitution Avenue, N.W., Room S-4203, Washington, D.C. 20210 Y -- NEW CONSTRUCTION OF THE FORT DEVENS JOB CORPS CENTER, FORT
DEVENS, MASSACHUSETTS SOL IFB-97-DAA-08-JC DUE 041797 POC Dan Dyer,
Architect (617) 338-5350; or Kenneth Graves, Contract Specialist (202)
219-8706. This project consists of the construction of a new
campus-style facility on a 27 acre parcel of land, to house the new
Fort Devens Job Corps Center, located at the site of the former Fort
Devens Air Force Base, Ft. Devens, Massachusetts. The work involves the
construction of academic, vocational, dining, medical/dental,
recreational, storage/support, and housing facilities. The project has
been separated into three (3) construction packages, two bid packages
for competitive bidding (Package "I" and Package "II") and one package
for 8(a) selection (Package "III"), with simultaneous construction time
frames. Contractors will be allowed to bid either Package I, Package
II, or both. Package "I" shall consist of the site work for the entire
project, and the construction of the Men's (25,200 GSF) and Women's
(25,200 GSF) Dormitory buildings. The period of performance for
completion of Package "I" is 434 calendar days, with substantial
completion to be achieved within 378 calendar days, from receipt of
noticeto proceed, if awarded separately. Package "II" shall consist of
the construction of four (4) buildings to provide
Administration/Medical Dental (11,585 GSF), Dining (13,960 GSF), Basic
Education and Light Vocational Education (22,850 GSF), and Vocational
Education (18,840 GSF) facilities. The period of performance for
completion of Package "II" is 315 calendar days, with substantial
completion to be achieved within 259 calendar days, from receipt of
notice to proceed, if awarded separately. If only one contract is
awarded, the period of performance for completion of the combination is
434 calendar days, with substantial completion to be achieved within
378 calendar days, from receipt of notice to proceed. The total
estimated cost range of construction of the project is more than
$10,000,000.00, with an estimated cost range of construction for each
package, if bid separately, between $5,000,000.00 and $10,000,000.00.
Initial Plans and Specifications will be available on March 3, 1997,
only from the Architect/Engineer firm of Miller Dyer Spears,
Incorporated, 286 Congress Street, Boston, Massachusetts 02210. Contact
Mr. Dan Dyer (617) 338-5350 for additional information. Collect calls
will not be accepted. It is emphasized that requests for plans and
specifications should be directed to the A/E firm listed above to
ensure proper handling of requests. Requests must be in writing and a
$200.00 refundable bid-deposit is required. This bid-deposit must be in
the form of a certified check, cashier's check, or money-order, made
payable to the U.S. Department of Labor, and submitted to the A/E firm
at the time of request. Requests subject to the stated bid-deposit
amount will be limited to the issuance of one complete set per request
from any interested party. Plans and specifications will be made
available for pick up at the A/E's office, or may be arranged for
delivery at an additional charge. Any additional shipping and/or
handling charges must be pre-paid and COD request will not be accepted.
Requests must be in writing and will be answered on a first-come,
first-serve basis until the initial supply is exhausted. For additional
sets requested from interested parties subject to bid-deposit
requirements, or for requests made after the initial supply is
exhausted, a non-refundable fee not to exceed the actual cost of
reproduction of the IFB documents, plus a shipping charge based on each
individual request (if applicable,) will be required in order to obtain
the IFB documents. Pre-Bid Walk-Thru is scheduled for March 27, 1997,
at 10:00 a.m. (local) at the Center. This will be the only opportunity
to review the job site prior to submission of bids. Bid-Opening is
scheduled for April 17, 1997, at 1:00 p.m. (local) at the A/E's office.
[NOTE: THIS IS A 100% SMALL BUSINESS SET ASIDE ACQUISITION. The
Standard Industrial Classification (SIC) code for this acquisition is
1522 for Package "I" and 1542 for Package "II", if awarded separately;
however, 1542 will apply if only one award is made. The Small Business
Size Standard is $17.0 million.] See Numbered Note(s): 1. (0036) Loren Data Corp. http://www.ld.com (SYN# 0101 19970207\Y-0008.SOL)
Y - Construction of Structures and Facilities Index Page
|
|