Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10,1999 PSA#2493

Commanding Officer, USCG Civil Engineering Unit Oakland, 2000 Embarcadero, Suite 200, Oakland, CA 94606-5337

Z -- INTERIOR REHAB AT UNITS A AND B USCG STATION GRAYS HARBOR HOUSING, WESTPORT, WA SOL DTCG88-00-Q-623221 DUE 012700 POC Contracting Officer, Terry Leong or Program Assistant (510) 535-7242 DTCG88-00-Q-623221 -- INTERIOR REHAB AT UNITS A AND B USCG STATION GRAYS HARBOR HOUSING, WESTPORT, WA. Furnish all labor, materials, and equipment necessary rehab the interior of two housing units (Units A and B) at USCG Station Grays Harbor Housing, Westport, WA. Work includes : (A) Demolition of existing cabinets, countertops, finishes, appliances and fixtures, unit A and B kitchens and unit B baths, as indicated; (B) Demolition of walls between the kitchens and dining areas in both units; (C) Demolition of asbestos containing sprayed acoustic ceiling materials in accordance with Section 13280; (D) Installation of new kitchen cabinet, countertops and appliances in both units, as indicated; (E) Installation of new flooring in kitchens and dining areas of both units and unit B baths; (F) Painting of new and existing walls and ceilings within areas of work, as specified; (G) Installation of new vanity cabinets, countertops and fixtures in unit B baths, as indicated; (H) Plumbing and electrical modifications as required for a complete installation of new and reinstalled appliances and fixtures. As a contingency Item: Additional asbestos abatement as identified through testing shall be removed; Plywood sub-floor requiring replacement shall be done. Drawings and specifications can be purchased on a first come, first served basis, at the rate of $15. Requests will be accepted by mail only, and must include payment in the applicable amount by Cashier's Check, Money Order or Company Check made payable to the U.S. Coast Guard. Personal Checks will not be accepted. Mailing address is: Commanding Officer, U.S. Coast Guard CEU Oakland, 2000 Embarcadero #200, Oakland, CA 94606-5337. Attn: Bid Issue Clerk. NO EXPRESS MAIL PROCEDURES WILL BE UTILIZED ON MAILINGS OF PLANS AND SPECIFICATIONS. No refunds will be made and materials need not be returned. If project is cancelled or no award is made, cost of plans and specifications will be refunded only on written request. Estimated Range is $25,000 to $100,000. The performance period is 75 calendar days after receipts of Notice to Proceed. The procurement is subject to the Small Business Competitiveness Demonstration Program and is open to large and small business participation. The applicable SIC code is 1799. Small business size standard is $7.0 million. This is an unrestricted acquisition being solicited. All responsible sources are encouraged to respond. For minority, women, and disadvantaged business enterprises: The Department of Transportation (DOT Office of Small and Disadvantage Business Utilization) has programs to assist minority, women owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates up to $500,000 per contract to provide accounts receivable financing. The Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $500,000. DOT provides an 80% guaranty on the bond amount to a surety against losses. For further information and applicable forms concerning the STLP and Bonding Assistance Program, call 1(800) 532-1169. Anticipated bid issue date is 28 December 1999, with opening date 30 days later. ONLY WRITTEN REQUESTS FOR SOLICITATIONS WILL BE ACCEPTED. PLEASE MAIL YOUR REQUESTS TO THE ATTENTION OF BID ISSUE CLERK. Posted 12/08/99 (W-SN406812). (0342)

Loren Data Corp. http://www.ld.com (SYN# 0104 19991210\Z-0005.SOL)


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