|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 19,2000 PSA#2518U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street,
Omaha, NE 68102-4978 Y -- CONSTRUCTION SERVICES AT MINNEAPOLIS ST PAUL IAP-ARS, MNN SOL
DACA45-00-B-0004 DUE 012800 POC Diana Vanderzanden,Contract Specialist
402-221-4044, Vicent Turner, Project Manager 402-221-4561 WEB: Omaha
District Advertised Solicitations,
http://ebs.nwo.usace.army.mil/ebs/contract.htm. E-MAIL: Diana L.
Vanderzanden, Diana.L.Vanderzanden@usace.army.mil. On or about 28
January 2000, this office will issue Invitation for Bids for the
construction of Consolidated Lodging Facility, Phase II, Minneapolis
St. Paul IAP-ARS, and MN. Bids will be opened on or about 28 February
2000. 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 Mehrdad Sadeghi, P.E., Chief
of Engineering, United States Air Force Reserve Command, 760 Military
Highway, Minneapolis St. Paul IAP-ARS, Minneapolis, Minnesota
55450-2000, Phone:(612) 713-1912, Fax: (612) 713-1950. DO NOT submit
requests for plans and specifications to the site visit personnel
listed above. See "Ordering" below. The work will include the
following: (Approx. quantities) The Consolidated Lodging Facility Phase
II will provide an approximately 5,050 square meter (54,287 square
feet) new construction East Wing of a three-phase project. The facility
will be a Four (4) Story load bearing masonry structure, slab on grade,
using pre-cast hollow concrete floor planks and concrete floor topping.
The exterior finishes are a combination of brick veneer, pre-cast
architectural panels, glazing, and pre-finished metal panels. The
roofing will be fully adhered EPDM single ply roof membrane. The
facility will require, HVAC, Electrical, Communications, Fire Detection
and Alarm System, Energy Monitoring and Control System, Supervised
Sprinkler System, and two (2) Hydraulic Elevators. The Phase II wing
will provide guestrooms, bathrooms, laundry area, vending and a one
story connecting link to the Phase I facility. The facility will
require minor site demolition, utility connections/relocation and /or
replacement storm sewers, sanitary sewers, communications lines, and
power lines. Also included in the project are parking lots, service
drive, sidewalks, and landscaping. The construction of Phase I and
Phase II will be concurrent. 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. In it continuous effort
of ensuring that a fair share of its federal contracting dollars is
awarded to the Small Business Community (Small, Small Disadvantaged,
Woman-Owned, HBCU/MI, HubZone, etc), the Agency highly encourages the
Small Business Community to bid and participate in this un-restrictive
competitive bid process. 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
1999: (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 420 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. Plans and
Specifications will be provided free of charge. All requests for
solicitation packages should be made in writing and no later than 14
days prior to bid opening. After such time, packages will be furnished
if supply is available. It has been determined that the number of sets
be limited to one (1) per firm. Ordering of plans and specifications
shall be by registering on the Omaha District website:
http://ebs.nwo.usace.army.mil/EBS/AdvertisedSolicitations.asp or by
written request. To register on the Omaha District website, go to the
"Solicitation Registration" section of the synopsis and click on the
link for "Registering". If you do not have Internet access, then you
may fax your request to (402) 221-4530, faxed requests will take longer
to process, causing a delay inreceiving Solicitation documents. Please
include 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
Diana.L.Vanderzanden@usace.army.mil or by written request or fax.
Failure to provide the above information and any changes may cause a
delay in receiving plans, specifications and amendments. Questions
regarding the ordering of the same should be made to: 402-221-4044.
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)
221-4411. Commander, U.S. Army Engineer District, Omaha ATTENTION:
CENWO-CT-S 215 North 17th Street Omaha, NE 68102-4978 Posted 01/14/00
(W-SN416144). (0014) Loren Data Corp. http://www.ld.com (SYN# 0119 20000119\Y-0004.SOL)
Y - Construction of Structures and Facilities Index Page
|
|