Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1999 PSA#2340

Commanding Officer, USCG Civil Engineering Unit Cleveland, 1240 East 9th St., Room 2179, Cleveland, OH 44199-2060

Z -- REHAB HGR. 77 AT USCG SUPCEN ELIZABETH CITY, NC SOL DTCG83-99-B-3WF138 POC Pamela M. Komer 216-902-6222 FAX 216-902-6278 Provide all labor, materials, equipment, transportation and supervision required for the rehabilitation of Building 77, Paint Stripping Hangar, at U.S. Coast Guard Support Center Elizabeth City, NC. Work includes but is not limited to: Architectural: 1) replace ceiling in main blasting area; 2) north mezzanine, head and locker room shall be removed; 3) heads to be expanded to accommodate lockers, showers and additional toilets; 4) new janitor closet shall include new door, block partitions, service sink, water heater, air compressor, ceramic floor tile, lay-in ceiling tile/grid and storage shelves; 5) all exterior steel doors and frames around main blasting hangar and office shall be replaced; and 6) wash and paint interior walls. Civil Main Blasting Area: 1) existing insulation and roofing to be replaced with new built-up asphalt roofing; 2) south mezzanine floor topping shall be removed and replaced with new concrete topping; 3) existing south mezzanine steel stairs shall be removed and replaced withnew concrete topping; 4) repair precast roof channels; 5) entire concrete floor shall be repaired and restored; Office and Parts Stripping Area 1) existing insulation and roofing shall be removed and replaced with a new built-up asphalt roofing; 2) skylights to be removed and replaced with new energy efficient skylights; and 3) rust on the existing steel bar joists and metal roof deck shall be removed and coated with new paint. Electrical: 1) existing 2'x4' recessed fluorescent light fixtures shall be removed and replaced with metal halide HID light fixtures; 2) all existing exit signs shall be removed and new LED exit signs added; 3) all existing emergency lighting to be removed and replaced with new; 4) add lighting to south mezzanine; 5) all electrical from north mezzanine area, old transformer room and head shall be removed; 6) existing electrical panels and transformers found in old transformer room shall be removed; 7) existing main distribution switchgrear shall be removed from center of room and replaced with a new main distribution panel mounted on west wall; 8) new 13.2KV electric service shall be brought in; 9) existing panel "LPL" shall be replaced; 10) fluorescent lights shall be replaced with more energy efficient T-8 lamps and electronic ballasts; 11) all existing exit signs and emergency lighting shall be replaced; 12) existing mercury vapor light fixtures shall be replaced with metal HID lights; 13) new 480V-120/208V transformer shall be installed. Mechanical: 1) remove concrete containment and saddles behind bldg. Provide fuel oil tank. Provide fuel oil piping on roof; 2) remove air distribution items in office area. Provide new air distribution items and modify ductwork to suit new office area arrangements; 3) provide exhaust system for electrical room; 4) remove three makeup air units from roof of blasting area. Provide three new makeup air units in their place; 5) remove two intake hoods and louvers from parts stripping area and replace with new; 6) insulate the steam and condensate return piping throughout the building; 7) adjust and balance air flow to design conditions; 8) Wet pipe sprinklers shall be added to all electrical and equipment rooms; and 9) deluge sprinklers shall be added. Unit Work Items 1. Add'l work required to replace or overlay portions of the existing roof decking. 2. Add'l work to repair spalled concrete. 3. Add'l work to rpr cracked concrete. 4. Remove and dispose of asbestos containing bldg. materials as hazardous waste. 5. Remove and dispose of lead containing paint as hazardous waste. The Performance Period is 180 DANTP. The SIC Code is 1542. The estimated range is between $1M and $5M. Solicitation packages should be available o/a 5/28/99. The Bid Opening date will be o/a 6/29/99. A Bid Bond is required. This procurement is open to both large and small businesses in accordance with the Small Business Demonstration Act. However, FAR Clause 52.219-23 Notice of Price Adjustment for Small Disadvantaged Business Concerns and 52.219-4 Notice of Price Evaluation for HUBZone Small Business Concerns may be applicable (This clause allows a price adjustment factor for small disadvantaged business concerns. SIC Codes and their appropriate regions for the SDB adjustments can be found at www.arnet.gov/References/sdbadjustments.htm.) All requests for the solicitation shall be made in writing to ATTN: Pam/99-3WF138. Request for information must be submitted in writing and may be faxed to (216) 902-6277 or 6278. A Non-Refundable Fee of $50.00 is required for each request. Payment shall be made by certified check, cashiers check or money order made payable to the "U.S. Coast Guard". Solicitation packages will be made available until supply is exhausted. This office has established a Procurement Information Line at (216) 902-6222. This line provides Bid Results and current information on solicitations that are currently on the street by providing current Bid Opening Date, Number of Amendments etc. If the solicitation is not posted that means it is not available. Do not call the Contract Specialist but continue to call the Procurement Information Line. ATTN: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), offers working capital financing and bonding assistance for transportation related contracts. DOT's Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1M. DOT's Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Posted 05/04/99 (W-SN327310). (0124)

Loren Data Corp. http://www.ld.com (SYN# 0130 19990506\Z-0005.SOL)


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