Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 21,1999 PSA#2392

Officer In Charge, Navfac Cntracts, Code 495, Building H-29, P.O. Box 2032, Portmsouth Naval Shipyard, Portsmouth, NH 03801-2032

Z -- TRAINING CONSOLIDATION, BUILDING 170, PORTSMOUTH NAVAL SHIPYARD, KITTERY, MAINE SOL N62472-99-R-6546 DUE 090899 POC the Contracts Office at (207) 438-4600 E-MAIL: contact the Contracting Officer at the e-mail address, LZCUMMINGS@EFDNORTH.NAVFAC.NAVY.MIL. This is the pre-solicitation notice for this procurement. The SIC code for this procurement is 1542 with a size standard of $17,000,000. The estimated cost range is between $1,000,000 and $5,000,000. The period of performance for this project is 240 calendar days after award of the contract. This solicitation will be issued as a 100% Section 8(a) set-aside for those firms within the New England Region only. Contractors shall submit their Section 8(a) documentation with their bid. Prior to award, the Contractor's Section 8(a) status shall be verified with the Small Business Administration. The work on this project includes all labor, material, equipment, transportation and supervision required construct classrooms and mock-up areas to include: a. Architectural. The work includes removal of existing wood stud and wire mesh partitions and stud and gypsum board partitions. Additional work will be required to paint walls, construct new metal stud and painted gypsum wallboard, with insulation or staggered stud construction to provide noise reduction. Floor coverings will require painting, vinyl tile and/or carpeting as indicated on the drawings. Doors, both hollow metal and wood veneer, some with glazing or doorframe sidelights, will also be required. b. Structural. The work includes installation of new mechanical equipment on the existing roof. Some roof penetrations and floor penetrations will be required for ductwork. c. Life Safety. The existing sprinkler system protecting the fifth floor of the building will be modified to accommodate the addition of partition and divider walls. This will include zoning, upgrading to provide Ordinary Group 2 protection in the welding school. The fire alarm system and emergency lighting will be modified if necessary to accommodate the renovated spaces. d. Heating, Cooling and Ventilation. The classrooms and mockups will receive heating, ventilation and air conditioning system, and fan-coil units and exhaust air systems as appropriate for its use. e. Plumbing. Plumbing in the newly constructed areas will include water closets, lavatories, drinking fountains, service sinks, emergency shower/eyewash units with tempered water supply, utility/washdown sinks, hose bibbs, floor drains, compressed air piping, hot water booth for the brazing school, and a two compartment kitchen type sink. The Contractor will be required to provide appropriate piping and installation of these items in accordance with the drawings. f. Electrical. The revisions in Building 170 will require considerable power and the existing services are not adequately sized for this work. The work will include work to provide a 800 amp (A) trip unit for the existing 800 A circuit breaker in load center No. 8.; provision of 600 volts cables between load center No. 8 and Building 170; cables shall be rated 400 A and will be installed parallel with existing feeder cables; provision of a 800 A switchboard in Building 170 consisting of one 800 A main circuit breaker and two 400 A distribution circuit breakers; and, one of the circuit breakers would feed existing 10/208 volts transformers and the second would provide power to fifth floor 480 volt loads. The electrical work also includes replacement of panel boards, removal of DC panel board, new lighting fixtures, replacement of all feeders and installation of conduit for data and communications systems (to be Government installed at this time). The response date shown above is an estimated date. Once the solicitation is issued all firms requesting the solicitation will be given a copy. Bidders/Offerors interested in obtaining plans and specifications for this project must submit their request along with a Bank draft, Business check, Cashier's check, Company check or Money Order in the amount of $219.35 to: Defense Automated Printing Service, Building 20, Portsmouth Naval Shipyard, Portsmouth, NH 03804-5000. Each check must be made payable to the SUPERINTENDENT OF DOCUMENTS and annotated with the applicable solicitation number. DO NOT MAKE CHECKS PAYABLE TO THE U.S. TREASURY. Use of VISA, Mastercard or Discover credit card is the preferred method of payment. Contact DAPS at (207) 438-1605 or 1606 to place orders. One set of plans and specifications will be sent via First Class U.S. Mail, upon availability, to those Contractors who have tendered payment. If a contract number is not annotated as required or your check is not made payable to the SUPERINTENDENT OF DOCUMENTS, your check will be returned unprocessed. NO PLANS AND SPECIFICATIONS WILL BE ISSUED UNTIL PROPER PAYMENT HAS BEEN MADE. If you would like information on the mailing of the solicitation package via expedited courier service, please contact Defense Printing Service at (207) 438-1605 or 1606. For technical questions concerning the subject notice, please submit your questions in writing to the Contracts Office at (207) 438-2916. PLANS AND SPECIFICATIONS ARE NOT AVAILABLE IN THE CONTRACTS OFFICE. The Defense Federal Acquisition Regulation (DFAR) has been amended to require all contractors to register in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Be advised for solicitations issued after May 31, 1998, failure to registered in the CCR makes an offeror ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing the web site at http:/www.efdnorth.navfac.navy.mil or by referring to DFAR Subpart 204.73. Bidders/Offerors should submit verification of their firm's registration in the DOD CCR Database with their Bid or Proposal. Those firms not currently registered in the CCR should process their application immediately to ensure registration prior to any award. Posted 07/19/99 (W-SN355703). (0200)

Loren Data Corp. http://www.ld.com (SYN# 0201 19990721\Z-0063.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page