Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 29, 2001 PSA #2860
SOLICITATIONS

Y -- PY'99 NEW DORMITORY CONSTRUCTION -- PHASE I AT THE CLEARFIELD JOB CORPS CENTER LOCATED IN CLEARFIED, UTAH

Notice Date
May 24, 2001
Contracting Office
U.S. Department of Labor, ETA, Division of Contracting Services, 200 Constitution Ave., NW, Room S-4203, Washington, DC 20210
ZIP Code
20210
Solicitation Number
IFB-01-DCS-29-JC
Response Due
June 15, 2001
Point of Contact
Contact, Mr. Steve Peterson, (801)485-9661 or Yolanda Minor, (202)693-3311
E-Mail Address
ifb-01-dcs-29-jc (yminor@doleta.gov)
Description
The work to be performed involves construction of a two story 58,000 SF, 200 occupant frame and masonry dormitory building and a free standing masonry Mechanical Equipment enclosure, Demolition of miscellaneous site work at the Clearfield Job Corps Center located in Clearfield, Utah. The estimated period of performance for construction is scheduled for 421 calendar days from receipt of notice to proceed through completion of the project. The estimated cost range is from $5,000,000 to 10,000,000. Plans and specifications will be available on June 15, 2001, ONLY from the firm of Thomas Peterson Hammond Architects, 350 East 2100 South, Salt Lake City, Utah 84115. Contact Mr. Steve Peterson (801)485-9661 for additional information regarding this project. Collect calls will not be accepted. It is emphasized that requests for plans and specifications must be in writing and a $200 bid deposit is required, which is refundable when plans and specifications are returned in good condition. The bid deposit must be in the form of a Certified Check, Cashier's Check, or Money Order made payable to the U.S. Department of Labor and submitted to Thomas Peterson Hammond Architects at the time of request to ensure proper handling. Requests will be limited to the issuance of one (1) complete set per request from any interested party. Plans and specifications will be made available for pick-up at the A/E's office, or may be arranged for delivery at an additional charge. Any additional shipping and/or handling charges must be pre-paid and COD requests will not be accepted. All requests will be answered on a first-come, first-serve basis until supplies are exhausted. For requests made after the supply is exhausted, the Contracting Officer may determine whether payment of a fee is warranted. The non-refundable fee shall not exceed the actual cost of duplication of the IFB documents, plus a shipping charge will be required in order to obtain the IFB document. A pre-bid walk-through is scheduled for June 28, 2001, at 1:00 p.m. local time at the Center. This will be the only opportunity to review the job site prior to submission of bids. The Bid Opening date is scheduled for July 19,2001, at 2:00 p.m. local time at the A/E's office. The North American Industry Classification System (NAICS) code is 233320. The Small Business Size Standard is $27.5 million. This is a 100% Small Business Set-Aside acquisition. "HUBzone, small disabled veterans, woman-owned, small disadvantaged businesses, 8(a) businesses, and small businesses are encouraged to apply. Further, small businesses are encouraged to apply for HUBzone certification. Information regarding HUBzone certification can be found at http://www.sba.gov." See Numbered Note(s) 1.
Web Link
IFB-01-DCS-29-JC (http://cbdnet.access.gpo.gov)
Record
Loren Data Corp. 20010529/YSOL004.HTM (W-144 SN50N0G8)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on May 24, 2001 by Loren Data Corp. -- info@ld.com