Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 10,1995 PSA#1300

USPFO for Tennessee, PO Box 40748, Powell Avenue, Nashville, TN 37204-0748

Y -- CONSTRUCT MILAN ARMORY FOR THE TENNESSEE ARMY NATIONAL GUARD, NASHVILLE, TENNESSEE Contact Major Kathryn M Fulkerson, Contract Specialist, 615/532-3217 or LTC James L Coonce, Contracting Officer, 615/532-3217. Provide labor, materials, equipment and other services necessary to construct a new National Guard Armory and related site development. The Armory is load bearing masonry construction with brick veneer insulated drainage walls. Since this project is located in Seismic Zone 2, additional work is required for meeting the Seismic structural requirements. Floors are slab on grade with various interior finishes. Foundation is spread footings with load bearing masonry walls. The majority of the roof structure is steel bar joist, metal deck with polyisocyanurate insulation and standing seam metal roof. The high portion of the main armory is laminated wood arches bearing on masonry pilasters with laminated purlins and a cementious decking material and polyisocyanurate insulation. The roof over this raised area is standing seam metal. The interior walls are primarily painted CMU. Portions of the facility has suspended acoustical ceiing, while other areas have exposed structure, some of which is painted. Floor finishes include sealed concrete, VCT, ceramic tile and quarry title. Doors are hollow metal in hollow metal frames. Windows are dark anodized aluminum operable units and storefront construction. An electrically operated coiling overhead door is provided. A security vault with vault door and interior security cabinets is provided. Vault construction is cast in place reinforced concrete. Dehumidification is provided in the vault. Wire mesh partitions and steel storage shelving is provided in selected areas. The mechanical system is a combination of split system natural gas package units, natural gas unit heaters, and interlocked exhaust systems. Plumbing facilities are provided. Electrical systems including fire alarms are provided. Provision for roughing in Owner's Intrusion Detection System (alarm) is provided. Gas service is to be provided by LP gas system. This will require adjustments to equipment requirements for Food Service Equipment, for gas fueled equipment and for other HAC furnaces and unit heaters. The gas fueled hot water heater will also require a different orifice. JP Gas System shall include orifices for all gas appliances that will enable units to work with LP Gas Service. The contractor shall provide 2,000 gallons of LP gas capacity in either a single 2,000 gallon tank or (2) 1000 gallon tanks at contractor's option. The contractor will provide all other associated LP gas work for a full and complete system. At substantial completion of project, the tank(s) shall be filled to capacity for Owners use. Performance time is 365 calendar days. The estimated construction cost is between $1,000,000.00 and $5,000,000.00. Interested concerns should as early as possible, but not later than 15 calendar days after publication of this notice, indicate interest in bidding as the prime or as a subcontractor on the project, providing evidence of capability to perform including references for similar work with contract numbers, points of contact and telephone numbers, and if appropriate, a positive statement of eligibility as a small socially and ecnomically disadvantaged business concern. In addition, dollar amount of current construction bonding capability is required. The contracting officer will utilize the information received to make a decision to issue this solicitation as set-aside for Small Disadvantaged Business (SDB) or as ``Unrestricted'' without further notice. Therefore, replies to this notice are requested from all interested business concerns as well as from SDB concerns. Replies must indicate the firm's size status such as large business, small business, small disadvantaged business, or 8(a). The Standard Industrial Classification (SIC) Code is 1542. The applicable small business size standard including affiliates is no more than $17 million in average annual revenue for the previous three years. (065)

Loren Data Corp. http://www.ld.com (SYN# 0113 19950309\Y-0001.SOL)


Y - Construction of Structures and Facilities Index Page