|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 5,1998 PSA#2045U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street,
Omaha, NE 68102-4978 Y -- CLOSE COMBAT TACTICAL TRAINER, FORT CARSON, COLORADO SOL
DACA45-98-B-0030 DUE 043098 POC Contract Specialist: Dawn Thompson,
402/221-4811 WEB: Omaha District Contracting Division Homepage,
http://ebs.nwo.usace.army.mil/EBS/CONTRACT.HTM. E-MAIL: Dawn Thompson,
Dawn.E.Thompson@usace.army.mil. On or about 27 March 1998, this office
will issue Invitation for Bids for the construction of CLOSE COMBAT
TACTICAL TRAINER, FORT CARSON, COLORADO. Bids will be opened on or
about 30 April 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 Fort Carson
Resident Engineer, U.S. Army Corps of Engineers, Bldg. 849 O'Connel
Blvd, Fort Carson, CO 80913, Telephone: (719) 526-5448. FAX (719)
526-5365. The work will include the following: (Approx. quantities) NEW
BUILDING. 4,470 gross square meters (gsm) one story building including:
functional areas: vehicle simulator bay (2,600 gsm), classrooms,
briefing/debriefing areas, audiovisual training rooms, spare part and
tool storage/repair/maintenance areas, administrative offices, a
mudroom, and material storage areas; reinforced masonry bearing and
shear walls; standing seam metal roof supported by steel deck on steel
roof trusses andjoists; concrete slab on grade; concrete foundation
walls and spread footings; 8 prewired workstations; interior signage;
steel doors and frames; overhead sectional doors; floor finishes incl:
concrete, carpet, vinyl composite tile and porcelain tile; mechanical
HVAC systems (air handling units w/ chilled water coil & hot water
heating coil), building exhaust systems and temperature controls
(single-loop digital control systems or direct digital control systems
by Williams Electric) for the HVAC and exhaust systems equipment;
plumbing system including domestic water supply and the drain, waste
and vent system; dry-pipe, pre-action, power off sprinkler system;
building-wide public address (PA) system for the simulator; electrical
wiring and lighting; fire detection and alarm system; prewiring for
telephone and fiber optic system, EMCS system, TV monitoring and
intrusion detection system; 2500 kva pad mounted unit substation; SITE
WORK incl: bituminous pavement parking lot (60 stalls) and access
drive; concrete pavement hardstand and sidewalks; trees and shrubs;
seeding and sodding; irrigation system for front lawn and plantings;
FE-7 chainlink fence; 120 meters 375mm dia. sanitary sewer line; 370
meters 200mm dia waterline; 110 meters 50mm dia gas line; underground
electrical service line; parking lot and hardstand lighting;
underground communication system (telephone cable, fiber optic cable
and conduit); lightning protection system for building; cathodic
protection. The estimated construction cost of this project is between
$5,000,000 and $7,500,000. Contractor's Quality Control will be a
requirement in this contract. Large business concerns submitting bids
for services exceeding $500,000 or for construction exceeding
$1,000,000, shall comply with Federal Acquisition Regulation 52.219-9
regarding the requirement for a subcontracting plan. The U.S. Army
Corps of Engineers considers the following goals reasonable and
achievable for fiscal year 1998: (a) Small Business: 61.2% of planned
subcontracting dollars.(b) Small Disadvantaged Business: 9.1% of
planned subcontracting dollars. (c) Women Owned Small Business: 4.5% of
planned subcontracting dollars. The Contractor will be required to
commence work within 10 days after notice to proceed and complete the
work within 540 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.nwo.usace.army.mil/EBS/Contract.htm Ordering of CD-ROM shall
be made through the Internet address above or faxed to (402) 221-4530
with the following information: 1) Name of Firm; 2) Point of Contact;
3) Mailing Address; 4) Street Address for Parcel Delivery Service; 5)
Telephone and Fax Phone Numbers with Area Code (FAX numbers are
mandatory to ensure the receipt of any amendments that may be faxed);
6) Level of Participation (General Contractor, Subcontractor, Supplier
or Plan Room); and 7) Large Business, Small Business or Small
Disadvantaged Business. If any of the information changes during the
advertisement period, submit the information via e-mail to Lynette
Black or Dawn Thompson@usace.army.mil or by written request or fax
(402-221-4530). 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: 402-221-4962 or
402-221-4811. 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. (0062) Loren Data Corp. http://www.ld.com (SYN# 0103 19980305\Y-0012.SOL)
Y - Construction of Structures and Facilities Index Page
|
|