|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1998 PSA#2121U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street,
Omaha, NE 68102-4978 Y -- RAILYARD WAREHOUSE, P.N. 39162, FORT CARSON, COLORADO SOL
DACA45-98-R-0019 DUE 080798 POC Contract Specialist: Pat Overgaard,
402-221-3031 WEB: Omaha District Contracting Division Homepage,
http://ebs.nwo.army.mil/EBS/CONTRACT.HTM. E-MAIL: Pat Overgaard, Pat
.M.Overgaard@usace.army.mil. On or about 6 July 1998, this office will
issue Request for Proposals for the design and construction of
RAILYARD WAREHOUSE, P.N. 39162, FORT CARSON, COLORADO. Proposals will
be received on or about 07 August 1998. This solicitation is
unrestricted and open to both large and small business participation.A
pre-proposal conference and site visit will be held on or about 22
July 1998. Solicitation package will contain additional information.
For details as to the place of assembly, etc., contact the Fort Carson
Resident Engineer, U.S. Army Corps of Engineers, Bldg. 849, 4760
O'Connell Blvd, Fort Carson, CO 80913-4010, Telephone:(719)
526-5448.FAX (719) 526-5365.The work will include the
following:(Approx. quantities)Design and Construction of: Railyard
Warehouse includes: 12,585 square meters single story building,
customer/employee parking and operational hardstand; Main building is
divided into a Central Issue area and a General Warehouse Operations
area; Central Issue area includes: reception desk, waiting area,
property section, records holding, break area, fitting rooms, turn-in
area, classify & repair, bulk storage, turn-in laundry, and toilets;
General Warehouse Operations area includes: shipping & receiving,
acceptance inspection quality control, parcel post shipping order
assembly, offices, break room, arms vault, sensitive storage, and a
shop area to package shipments; exterior walls of precast concrete
panels; single gabled EPDM roof system; interior walls of metal studs
and gypsum board; 37 prewired workstations to be supplied by
UNICOR/FPI; floor finishes include: carpet, vinyl composition tile,
ceramic tile and exposed concrete; project includes a main floor area
and a mezzanine; aluminum windows; doors include exterior and interior
hollow metal doors and sectional steel overhead doors in shipping and
receiving and around building; ceilings include painted exposed
structure and suspended acoustical or gypsum wallboard; Mechanical HVAC
and exhaust systems; wet pipe fire protection sprinkler system; trees,
shrubs and irrigation system; seeding and sodding; asphalt parking
areas (120 parking spaces) with concrete curb and gutter; asphalt
hardstand areas; 500 meters access road with concrete curb and gutter;
FE-6 chainlink fencing; new underground power distribution system;
building, walkway and parking lot lighting; underground Communication
system; padmounted transformer; lightning protection system; fire
detection and alarm system; domestic water service lines, fire
protection water lines, and sanitary wastewater collection; gas
distribution service lines; cathodic protection.The estimated design
and construction cost of this project is between $15,000,000 and
$20,000,000. 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 the time period
submitted with the proposal. 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.he proposal documents 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. Proposal documents 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); and7)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
Pat.M.Overgaard@usace.army.mil or by written request or fax. 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: 402-221-3031. Telephone calls regarding Small
Business matters should be made to: 402-221-4110. Telephone calls on
proposal documents (technical content) should be made to Specification
Section at: (402) 221-4547. (0169) Loren Data Corp. http://www.ld.com (SYN# 0119 19980622\Y-0027.SOL)
Y - Construction of Structures and Facilities Index Page
|
|