Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 19,2000 PSA#2518

U. 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