Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 29,2000 PSA#2632

USCG, CEU Providence, 300 Metro Center Blvd, Warwick, RI 02886

Z -- MULTI-TRADE CONSTRUCTION CONTRACT AT USCG AIR STATION CAPE COD, GROUP WOODSHOLE, AND GROUP BOSTON SOL DTCGG1-00-R-3WK145 DUE 091500 POC Mattie Walker, 401-736-1766 DESC: Contractor shall provide all labor, material, equipment, tools, supervision, transportation and disposal as required by the Government for various repairs and alterations to facilities at the USCG Air Station Cape Cod, Group Woodshole, Group Boston and ISC Boston, housing areas in South Weymouth and surrounding areas as well as housing at USCG Air Station Cape Cod, Rhode Island, North Kingstown and other activities in Cape Cod, Massachusetts, and Rhode Island. The U.S. Coast Guard requires facilities repair, maintenance and alterations for the USCG facilities identified above, which will be satisfied through the issuance of fixed-price task orders. The type of work to be performed under this contract includes, but is not limited to, the following task areas: Carpentry/finishing, electrical, general functions, plumbing/Pipefitting, HVAC and Mechanical, at both housing and administrative/industrial facilities. Contract will be for one-year period with four one-year option periods for a total of five years. Estimated Cost of this project is more than $10,000,000 (inclusive of all options). SIC Codes are 1522/1542. Project performance times shall be addressed in individual task orders. Solicitation packages to be available on or about August 15, 2000, and may be obtained from Rhode Island Blueprint, 335 Webster Avenue, Cranston, RI 02920. Please fax your requests to RIBP and include your credit card number and expiration date along with the solicitation number. Their Fax number is (401-946-6550) Proposal evaluation will be based on the following factors: Past Performance, Management Capabilities/Subcontractor Management, Quality Control?, Price/Indirect Cost Rate/Profit Rate. Offerors are required to verify the number of amendments prior to proposal due date, with the Contracting Officer. The due date for receipt of proposals will be on or about September 15,2000. This project is issued pursuant to the Small Business Competitiveness Demonstration Program, and is unrestricted. The following NOTICE IS PROVIDED AS INFORMATION FOR MINORITY, WOMEN-OWNED, AND DISADVANTAGED BUSINESS ENTERPRISES: The Dept of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned and disadvantaged business enterprises to acquired short-term capital and bonding assistance for transportation-related contracts. This is applicable to any prime subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, payment and performance bonds up to $1.0 million per contract. The DOT provides an 80% guaranty on the bond amount to a surety against losses. Loans are available under the DOT Short-term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The max. line of credit is $500,000. For further information regarding these programs, call the DOT (OSDBU at (800) 532-1169. For information concerning the acquisition, contact the Contracting Officer. Posted 06/27/00 (W-SN468903). (0179)

Loren Data Corp. http://www.ld.com (SYN# 0121 20000629\Z-0008.SOL)


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