|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1997 PSA#1877Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82,
Lester, PA 19113-2090 Z -- MAINTENANCE, REPAIR AND ALTERATIONS TO REAL PROPERTY AT THE PNC,
PHILA., PA; NAS WILLOW GROVE, PA NAWCAD, WARMINSTER, PA; NAVILCP,
PHILA., PA AND NAWC, TRENTON, NJ SOL N62472-98-R-0808 DUE 073197 POC
Judith A Mercede, Contract Specialist, 610-595-0635. This is a
modification to add the following information to CBD Issue of June 3,
1997 PSA#1858 (SYN# 0183 19970603 Z-0046.SOL) This is a Procurement
Notice: The following is a description and requirement of this seed
project: The project location is Philadelphia Naval Complex,
Philadelphia, PA; Naval Air Station, Willow Grove, PA; Naval Air
Warfare Center, Aircraft Divisiion, Warminster, PA; Naval Inventory
Logistics Control Point Philadelphia, PA, and Naval Air Warfare Center,
Aircraft Division, Trenton, NJ and surrounding Naval and Marine Corps
Reserve Centers. The following is a description of the requirements of
this seed project: The project location is Naval and Marine Corp
Reserve Center, Wyoming, PA for Roof Repair and Replacement. The work
includes all material, equipment, labor and supervision to remove
exisiting BUR and EDPM roofing systems down to the metal deck in all
areas. Replace metal deck which cannot be treated by wire brushing.
Farther description of work will be includes in the solicitation. The
Estimated Cost range for this seed project is $100,000 -- $250,000.
Davis Bacon Wages will be applicable to this project. Award of the seed
project in addition to pricing will also be based on technical
evaluation factors such as experience, past performance, technical
approach, etc. THIS SOLICITATION IS HEREBY BEING ISSUED ON AN
"UNRESTRICTED' BASIS INVITING FULL AND OPEN COMPETITION. DFAR Clause
252.219-7008-Notice of Evaluation Preference for Small Disadvantaged
Business Concerns-Construction Acquisitions-Test Program (APR 1996)
will be incorporated into the solicitation, and bids will be subject to
the evaluation criteria set forth therein. A Small, Small Disadvantaged
and Women-Owned Small Business Subcontracting Plan pursuant to FAR
Clause 52.219-9 (Aug 1996) will be required to be submitted by all
large businesses being considered for contract award. The SIC (Standard
Industry Code) is 1541 and the Small Business Size Standard is $17M.
The estimated issue date of the solicitation is 27June 1997 and the
estimated bid opening date is 2:00 p.m. on 31 July 1997 at Northern
Division, Naval Facilities Engineering Command, 10 Industrial Highway,
MS 82, Tinicum Industrial Park, Lester, PA 19113-2090. Bidders
interested in obtaining Plans and Specification for this project must
submit their request on their company letterhead, stating if you are
bidding as a prime contractor, sub-contractor/ supplier along with a
business check, cashier check, money order, Visa or Mastercharge (NO
FAXED REQUESTS WILL BE ACCEPTED) in the amount of $32.00 to DEFENSE
AUTOMATED PRINTING SERVICE, PHILADELPHIA NAVAL BUSINESS CENTER, BLDG
77-L, PHILADELPHIA, PA 19112-5094. Each check must be made payable to
the U.S. TREASURY and annotated with the applicable solicitation
number, N62472-98-B-0808. Two sets of plans and specification will be
made available to those contractors who have tendered payment. If the
contract solicitation number (N62472-98-B-0808) is not annotated as
required or check is not made payable to the U.S. TREASURY, your check
will be returned unprocessed. (No PERSONAL CHECKS WILL BE ACCEPTED) No
plans and specification will be issued until proper payment has been
received. If you would like further information on the mailing of this
solicitation package via expedited courier service, please contact Ms.
Donna Szlener at (215) 897-6551. Technical inquiries pertaining to this
solicitation are to be submitted in writing by faxed to Mrs. J.A.
Mercede, Code 02C, at (610) 595-0644. (0177) Loren Data Corp. http://www.ld.com (SYN# 0174 19970630\Z-0025.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|