COMMERCE BUSINESS DAILY ISSUE OF JULY 26, 2001 PSA #2901
SOLICITATIONS
Z -- Z -- REHABILITATION OF UNACCOMPANIED PERSONNEL HOUSING (UPH) FOR THE USCGC MUSTANG AT SEWARD, ALASKA
- Notice Date
- July 24, 2001
- Contracting Office
- Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Juneau, P.O. Box 21747, Juneau, AK, 99802-1747
- ZIP Code
- 99802-1747
- Solicitation Number
- DTCG87-01-B-643151
- Response Due
- August 29, 2001
- Point of Contact
- Ron Klaudt, Contracting Officer, Phone 907-463-2414, Fax 907-463-2416, Email rklaudt@cgalaska.uscg.mil -- Joseph O'Malley, Contracting Officer, Phone (907) 463-2417, Fax (907) 463-2416, Email jomalley@cgalaska.uscg.mil
- Description
- DTCG87-01-B-643151 Rehab of unaccompanied personnel housing (UPH) for the USCG Cutter Mustang at Seward, Alaska. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE BID OPENING/CLOSING DATE. The UPH is a two-story dwelling consisting of four 2-bedroom apartments with a common utility room, stairs and entry. The Contractor shall coordinate with the Commanding Officer of USCG Cutter MUSTANG, prior to the beginning of demolition and construction work. The Contractor shall schedule the work so that it proceeds one apartment at a time, all work in a single apartment being completed before continuing on to the next apartment. In the common areas of the UPH, work shall be organized to provide continual access in a safe manner. The Contractor shall provide all equipment, materials, labor, supervision, transportation, and other related items for work indicated on the drawings, specified in the specifications, and required for a complete and functional installation. The contractor shall also protect all furnishings, appliances, personal property, etc. from damage during demolition or new work. The contractor is responsible for verifying actual dimensions and site conditions. The work includes: Remove and replace countertops & flooring, and paint walls and ceilings in Kitchens; Remove and replace countertops, medicine cabinets and bath accessories, remove and replace flooring, and paint walls and ceilings in bathrooms; Remove and replace carpeting, paint walls and ceilings in living rooms and bedrooms; Remove and replace flooring, paint walls and ceiling in utility room; Adjust metal door frames at building entry, entry to each apartment, and utility room, tack weld corners, install new weather stripping, and paint door frames; Remove and replace carpeting, paint walls and ceilings in entry hall and stairs; Remove and replace tub and shower surrounds, water closets, counter top lavatories and fixtures in baths; Remove and reinstall kitchen sinks and replace faucets. The estimated start work date is mid-September to mid-October 2001, with a performance period of 90 calendar days after contract award. The estimated cost range is between $100,000 and $250,000. See the solicitation for bonding requirements. This procurement is issued on an unrestricted basis pursuant to the Small Business Competitiveness Demonstration program, public law 100-656, as implemented by the OFPP Policy Directive and Test Plan dated 8/31/89. The North American Industrial Classification System (NAICS) Code is 233220 and the applicable size standard is $27.5 million dollars in annual receipts for the past three years. All responsible sources may submit a bid. This solicitation will not be issued in paper form. All relevant solicitation documents, including specifications and drawings may be accessed for download beginning on the date of issue (on or about July 30, 2001) at the following site: http://www.eps.gov. Any amendments issued to the solicitation will be posted solely on this web site. Prospective bidders are responsible for checking the web site for amendments up to the date and time of bid opening. Firms not having the capability to download solicitation documents may refer to a list of printers available through the CEU Juneau web site at http://www.uscg.mil/mlcpac/ceujuneau. Printers on this list can download and print drawings and other solicitation documents for a fee. A planholders list will not be available for this project. For minority, Women-Owned and Disadvantaged Business Enterprises; The Department of Transportation (DOT), Officer of Small Business Utilization (OSBDU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short term contracts. This is applicable to any eligible prime or subcontractor at any tier. The DOT Bonding Assistance program enables firms to apply for bid, performance and payment bonds up to $1.0 million per contract. The DOT provides an 80% guarantee of the bid bond amount to a surety against losses. Loans are available under the DOT Short Term Leading Program (STLP) at prime interest rates to provide for accounts receivable. The maximum line of credit is $500,000 dollars. For further information please call OSBDU at (800) 532-1169.=20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/DOT/USCG/USCGCEUJ/DTCG87-01-B-643151/listing .html)
- Record
- Loren Data Corp. 20010726/ZSOL038.HTM (D-205 SN50S7Z5)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on July 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|