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