Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11, 2000 PSA #2744
SOLICITATIONS

Z -- CHESAPEAKE, VA -- REPLACE RECEIVER OPERATIONS BUILDING ROOF AT USCG CAMSLANT CHESAPEAKE.

Notice Date
December 7, 2000
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Cleveland, 1240 East 9th Street, Cleveland, OH, 44199-2060
ZIP Code
44199-2060
Solicitation Number
DTCG83-01-Q-3WF110
Point of Contact
Brian Jarrell, Contract Specialist, Phone 216-902-6220, Fax 216-902-6277, Email BJarrell@ceucleveland.uscg.mil
E-Mail Address
Brian Jarrell (BJarrell@ceucleveland.uscg.mil)
Description
Provide all labor, material, equipment, transportation and supervision required to replace receiver operations building roof at the U.S. Coast Guard CAMSLANT Chesapeake, Chesapeake, VA. Base Work Items include: 1. Remove existing aggregate surfaced built up roofing system including felt layers, flashing, equipment curbs, and miscellaneous items down to concrete fill insulation. Remove associated gravel stop and gutter and downspouts. 2. Install new aggregate surfaced built-up roofing system, new rigid insulation, new flashing, new equipment curbs, new gravel stop, and new gutter and downspouts. Unit Work Items include: 1. Remove and dispose of roofing felt layers and felt flashing as asbestos containing material. Provide a unit work item price per square foot based on an estimated quantity of 3,700 square feet of roofing felt layers and felt flashing. 2. Remove and dispose of felt layers as asbestos containing material. Provide a unit work item price per square foot based on an estimated quantity of 3,500 square feet of felt layers. 3. Remove and dispose of roofing felt flashing as asbestos containing material. Provide a unit work item price per square foot based on an estimated quantity of 200 square feet of roofing felt flashing. The period of performance is 65 days after Notice to Proceed. The estimated range of this procurement is between $25,000.00 and $100,000.00, and in accordance with the Small Business Competitiveness Demonstration Program is open to both small and large businesses. The North American Industry Classification System (NAICS) code for this acquisition is 235610 (formerly SIC Code 1761). The Small Business Size standard is $11.5 million. Due date for offers has not yet been established. Our office no longer issues solicitation or amendments in paper form. Instead, they may be accessed at the following websites: http://www.eps.gov or http://www.uscg.mil.mil/mlclant/ceucleveland. Offerors should register to receive notification of this solicitation. Any amendments issued to this solicitation will be posted solely on these websites. For potential printing sources, you may contact the website: http://www.uscg.mil/mlclant/ceucleveland (Contracting, Printing Sources). ATTENTION: Minority, Women-Owned and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), offers working capital financing and bonding assistance for transportation related contracts. DOTs Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000. DOTs Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500,000.00 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=DTCG83-01-Q-3WF110&L=256)
Record
Loren Data Corp. 20001211/ZSOL007.HTM (D-342 SN5083Z6)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on December 7, 1988 by Loren Data Corp. -- info@ld.com