|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1998 PSA#2016Commanding Officer, USCG Civil Engineering Unit Cleveland, 1240 East
9th St., Room 2179, Cleveland, OH 44199-2060 Z -- REPLACE STATION AND HOUSING ROOFS AT USCG STATION LUDINGTON, MI.
SOL DTCG83-98-B-3WF143 DUE 031698 POC Audrey L. Overholt, (216)
902-6217. Provide all labor, materials, equipment, supervision and
transportation required to replace the asphalt shingle roofing on the
U.S. Coast Guard Station and housing units located in Ludington,
Michigan. Work consists of the following: Basic Work: Item 1.1; Procure
an independent sampling and testing company to sample and test existing
roofing and flashings for asbestos content on both the housing and
station buildings. Item 1.1.2; Remove and dispose of existing asphalt
roof shingles, underlayment, flashing and edge material, to the roof
sheathing surface on both the housing and station buildings where
indicated on drawings. (EPDM roofing remains on the attached station's
garage and two north porches). Item 1.1.3; Remove and dispose of rain
gutters and downspouts on the Station building where indicated on the
drawings. (Gutters and downspouts remain on the housing and station's
garage, two north porches and small roof between the north porches).
Item 1.1.4; Install new roofing, which includes asphalt shingles,
underlayment, rubberized adhesive flashing (ice and water shield
membrane), flashing and edge material on the housing and station
buildings). Item 1.1.5; Install new rain gutters and downspout system
on the station building. (Gutters and downspouts remain on the housing
and station's garage, two north porches, and small roof between the
north porches). Item 1.1.6; Clean out all underground drain lines from
the four new downspouts to the sewer lines and drain lines from the
two outside doorway catch basins to the sewer lines as indicated on the
drawings. Item 1.1.7; Remove existing EPDM roofing and tapered rigid
insulation on the station's galley and install a new fully adhered EPDM
roofing system and tapered rigid insulation. Item 1.1.8; Remove
existing kitchen roof vent caps on housing units and replace in kind.
The following Unit Work Items may be awarded after the original
contract. The prices shall remain in effect for the duration of the
contract. Unit Work Item 1.2.1; Replace unsound sheathing when
authorized by the Contracting Officer; Unit Work Item 1.2.2; Remove and
dispose of all existing roofing and flashing on the station as asbestos
containing materials. Unit Work Item 1.2.3; Remove and dispose of all
existing roofing and flashing on the housing as asbestos containing
materials. Performance period is 105 days after Notice to Proceed.
Estimated range is $100,000.00 to $250,000.00. The SIC Code for this
procurement is 1761. Size standard is $7.0 million. TELEPHONE REQUESTS
ARE NOT ACCEPTED. There is a $20.00 charge for the plans and
specifications. Make check payable to U.S. Coast Guard. Cashier's
check, money orders and company checks will be accepted. NO PERSONAL
CHECKS. Only written requests received along with the deposit will be
accepted. Bid opening date is estimated on or after 16 March 1998. 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) 902-6222 and a description of
the project, solicitation number, location of the project, contract
specialist, and bid opening date will be provided. If the solicitation
that you are interested in is not on the Procurement Information Line,
that means that it is not available yet. If you pay for the plans and
specifications, you will be provided a copy when they are available.
THIS IS AN UNRESTRICTED ACQUISITION BEING SOLICITATED AND AWARDED UNDER
THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM. "This Notice
is for informational 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 Assistance Program and/or the STLP,
please call the OSDBU at (800) 532-1169. For information concerning the
acquisition, contact the contracting official listed above. (0020) Loren Data Corp. http://www.ld.com (SYN# 0141 19980122\Z-0018.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|