Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,1998 PSA#2023

US Army Engineer District, Honolulu, Building 230, Attn: CEPOD-CT, Fort Shafter, HI 96858-5440

Y -- CONSTRUCT HOUSING UNITS AND REPAIR BUILIDING AND SLUDGE DRYING BED SOL DACA83-98-R-0009 DUE 042998 POC Jody Muraoka, Contract Specialist, (808) 438-8575 WEB: Honolulu Engineer District Contracting Home Page, www.pod.usace.army.mil/ebs.html. E-MAIL: click here to contact the contract specialist via e-mail, jody.muraoka@pod01.usace.army.mil. FY97/98 RDT&E, Multi-Purpose Program Housing; Repair Bldg 564, Reef BQ; and Install Liner in Sludge Drying Bed for FY94 MCA PN 035900, Sewage Treatment Plant; Kwajalein and Roi-Namur, U.S. Army Kwajalein Atoll, Marshall Islands. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available from which payment for contract purposes can be made. The work for the Multi-Purpose Program Housing consists of constructing thirty housing units in five buildings. Buildings will be CMU construction with built-up roofing. Exterior insulation finish system will be used. Project includes all electrical, plumbing, air-conditioning, kitchen cabinets and major appliances, and site work for housing units. Site work will include removal and disposal of existing asbestos containing material from sewer lines. The work for Reef BQ consists of repairing approximately 41,000 square feet in Bldg 564. Work includes demolition, asbestos and lead paint abatement, replacement of water and sanitary sewer lines, architectural work, concrete, painting, mechanical and electrical work. The work for Liner in Sludge Drying Bed involves installing impermeable liner in existing sludge drying bed (approximately 22 ft. x 50 ft.), to include removal and replacement of existing piping and drying bed material. This is an unrestricted procurement utilizing electronic bid sets (EBS). Traditional hard copies of plans and specifications will NOT be available for this project. The official copy of the EBS solicitation documents will be provided on Compact Disks-Read Only Memory (CD-ROM). Unofficial copies of the solicitation will also be available through the Internet at HED Contracting Home Page (http://www.pod.usace.army.mil/ebs.html) for informational purposes. All firms desiring the free copy of the CD-ROM should REGISTER via the Internet at HED Contracting Home Page (http://www.pod.usace.army.mil/ebs.html). Go to the solicitation information by selecting CURRENT SOLICITATIONS at the bottom of the page and clicking on "DACA83-98-R-0009" at the CURRENT SOLICITATIONS page. If you do not have Internet access, you must complete and return the following registration information (send to U.S. Army Engineer Division, Pacific Ocean, ATTN: CEPOD-CT-C (Jody Muraoka), Building 230, Fort Shafter, Oahu, Hawaii 96858-5440): 1) type of contractor (prime, subcontractor, supplier, plans room or CD ROM printing company, 2) size (large, small, small disadvantaged or women-owned small business, 3) company name with telephone/facsimile numbers, e-mail address and point of contact. It is essential that all potential planholders provide complete information whether registering via the Internet or by mailing the registration information. Over the counter pick up is not available. All orders will be mailed within five business days from receipt of contractor's request. Please allow at least one week for mailing time. Companies wishing air express service must provide a completed Airbill Label with your name, telephone number, company name, address, company account number, and type of delivery marked. The estimated cost of the proposed projects is between $10 Million and $25 Million. Solicitation to be issued O/A March 16, 1998. A site visit and preproposal conference will be held at Kwajalein Island on April 8, 1998. Due to limited logistical support, only one representative from each firm who has acquired the CD ROM may attend the site visit and preproposal conference. All Contractors that wish to attend MUST contact Mr. Ken Cabalce at telephone no. (808) 438-8535 or facsimile no. (808) 438-6944 NO LATER THAN March 20, 1998. Contractors shall provide full name, social security number, date of birth, place of birth, citizenship, name of company, position/title, home address, confirmation of flight reservation, point of departure, date of entry and exit, and means of travel to obtain an entry clearance. Contractors may visit the site on days other than the preproposal conference subject to the approval of the Commander, U.S. Army Kwajalein Atoll and proper entry clearance. The Government will only respond to questions submitted in writing via amendments to the solicitation. Selection will be based upon evaluation factors which include (a) experience, (b) record of past performance on contracts, and (c) resources and (d) price. Small, small disadvantaged and women-owned small business concerns are encouraged to participate as prime contractors or as members of joint ventures with other small businesses and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small, small disadvantaged and women-owned small business concerns in accordance with the provisions of Public Law 95-507. Please note that a contract under this solicitation shall be awarded only to a United States contractor or to a Marshall Islands contractor. (0029)

Loren Data Corp. http://www.ld.com (SYN# 0130 19980202\Y-0010.SOL)


Y - Construction of Structures and Facilities Index Page