Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,2000 PSA#2547

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

Z -- TEXTURED CEILING ASBESTOS ABATEMENT AT GRAYS HARBOR HOUSING, WESTPORT, WA SOL DTCG88-00-Q-623331 DUE 041300 POC Terry Leong, Contracting Officer or Bid Issue Clerk at (510) 535-7242 DTCG88-00-Q-623331 TEXTURED CEILING ASBESTOS ABATEMENT AT GRAYS HARBOR HOUSING, WESTPORT WA. Only written requests for solicitations will be accepted. Furnish all labor material and equipment necessary to abate ten (10) Housing Units ceiling containing asbestos material; and in addition furnish all labor, materials, equipment and transportation to install smoke detectors for the fifteen (15) Housing Units at USCG Station Grays Harbor, Westport Washington. This project does not include ceiling asbestos abatement for Housing Units 2,3,5,6 and 12. This asbestos abatement must comply with OSHA Class I. The work will include but not be limited to the following: A) Remove and dispose of all asbestos textured popcorn ceiling materials and retexture with non-asbestos acoustic ceiling materials. B) Tape joints as required and paint the entire ceiling and wall surfaces. C) Steam clean the carpet after each unit passes final clearance from the Government's independent Industrial Hygienist (IH). D) Replace smoke detectors for fifteen (15) Housing Units as described in Section 09920. E) Work will be performed by delivery orders, when the unit(s) become vacant during Government personnel relocation, within the base year plus two (2) option years. Requests will be accepted by mail or by fax. 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. Fax numbers are (510)535-7233 or (510) 535-7288. Estimated Range is $25,000 and $100,000. The performance period is One (1) year requirements contract with Two (2) Option Years. 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 AND 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. Anticipated bid issue date is 14 March 2000, with opening date 30 days later. Posted 02/26/00 (W-SN428877). (0057)

Loren Data Corp. http://www.ld.com (SYN# 0148 20000301\Z-0022.SOL)


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