Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 20,1997 PSA#1976

U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street, Omaha, NE 68102-4978

Y -- JET FUEL STORAGE COMPLEX, TRUAX FIELD, WISCONSIN SOL DACA45-98-B-0010 DUE 012198 POC Contract Specialist: Doug Hadley 402/221-4115 WEB: Omaha District Contracting Division Homepage, http://ebs.mro.usace.army.mil/EBS/CONTRACT.HTM. E-MAIL: Doug Hadley, Doug.E.Hadley@usace.army.mil. On or about 10 December 1997, this office will issue Invitation for Bids for the construction of JET FUEL STORAGE COMPLEX, TRUAX FIELD, WISCONSIN. Bids will be opened on or about 21 January 1998. This solicitation is unrestricted and open to both large and small business participation. Contractors interested in inspecting the site of the proposed work should contact the Area Engineer (Attn: Craig Bichanich), U.S. Army Corps of Engineers, 6510 Schroeder Road, Madison, Wisconsin 53711-2426, Telephone: (608) 275-7828. FAX (608) 275-7832. A conducted tour of the construction site will be given on 06 January 1998 at 10:00 a.m.. For details as to the place of assembly, etc., contact the Area Engineer. The work will include the following: (Approx. quantities) New 212 gross square meters (GSM) Pumphouse housing off-loading filter, transfer pumps, transfer filter separators, controls, and storage area; A new Fuel System (JP-8) includes: two (2) off-load headers, two (2) fill stands, off-load pumps, two (2) new2500 barrel (400 cubic meters) fuel storage tanks, and pantographs at the fill stations; New 158 GSM Petroleum Operations Building (POB); Two (2) new 24 GSM Storage Buildings; Relocation of the Liquid Oxygen (LOX)/ Liquid Nitrogen (LIN) facilities; Petroleum Operations Facility, Pumphouse, and Storage building include: exterior walls of an exterior insulation and finish system (E.I.F.S.) outer layer and 200 mm inner wythe of concrete masonry, interior walls of mostly gypsum wallboard on steel studs and some concrete masonry, roof (standing metal roofing, rigid insulation, purlins and metal decking on structural steel roof system), ceilings for POB consist of acoustical panel system on metal grids and gypsum wallboard on steel studs, Pumphouse and Storage Buildings ceilings are exposed steel structure, Floors are steel reinforced concrete slab-on-grade, Floor finishes for the POB (carpet, ceramic tile and conductive resinous floor), hollow metal type doors with pressed steel frames, aluminum frame windows, Heat for Pumphouse (pulse type gas-fired boiler), HVAC for POB (air handling unit, two pulse type gas-fired boilers, and finned tube radiators), Electrical (lighting, fire alarm, power, & telephone), and POB (LAN system, closed circuit TV & PA and Intercom); Exterior electrical includes: underground primary and secondary service, underground communications, padmounted transformers, block heater receptacles, site lighting, exterior building lighting, cathodic protection systems, fuel parking static grounds, lightning protection, and fuel system; Other Sitework incl: new bituminous pavement road and parking area (15 stalls), concrete pavement parking for refueler tank trucks (5 stalls), storm drains and culverts, 250 meters FE-6 chainlink fencing, domestic water service lines, fire protection water lines, and sanitary and storm sewer wastewater collection. The estimated construction cost of this project is between $2,500,000 and $5,000,000. Contractor's Quality Control will be a requirement in this contract. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 365 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. The plans and specifications are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) per firm. Plans and Specifications will not be provided in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs.mro.usace.army.mil/EBS/Contract.htm Ordering of CD-ROM shall be made through the Internet address above or requested by faxing the following information to (402) 221-4530: Name of Firm, Point of Contact, Mailing Address, Street Address for Parcel Delivery Service, Telephone and Fax Phone Numbers (with Area Code), Level of Participation (General Contractor, Subcontractor, Supplier or Plan Room), and Large Business, Small Business or Small Disadvantaged Business. If any of the information changes during the advertisement period, resubmit the information. Failure to provide the above information and any changes may cause a delay in receiving CD-ROM and amendments. Questions regarding the ordering of same should be made to: 402-221-4115. Telephone calls regarding Small Business matters should be made to: 402-221-4110. Telephone calls on contents of drawings and specifications should be made to Specification Section at: (402) 221-4547. (0321)

Loren Data Corp. http://www.ld.com (SYN# 0113 19971120\Y-0001.SOL)


Y - Construction of Structures and Facilities Index Page