Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 3, 2001 PSA #2759
SOLICITATIONS

Y -- LOCK STRUCTURES MAINTENANCE SHOP

Notice Date
December 29, 2000
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, NY, 13662
ZIP Code
13662
Solicitation Number
DTSL55-01-B-C0354
Response Due
February 26, 2001
Point of Contact
Linda Harding, Contracting Officer, Phone (315) 764-3244, Fax (315) 764-3235, Email lmh@sls.dot.gov -- Patricia White, Contract Specialist, Phone (315) 764-3236, Fax (315) 764-3235, Email plw@sls.dot.gov
E-Mail Address
Linda Harding (lmh@sls.dot.gov)
Description
The Saint Lawrence Seaway Development Corporation plans to award four (4) separate construction contracts to install the site utilities, construct the foundation and floor slab and furnish and erect a pre-engineered metal building approximately 130 ft. long x 40 ft. wide at Snell Lock near Massena, New York. The contracts shall be as follows: 1) Site Work And Concrete: This includes excavation for and construction of the building foundation and floor slab and grading of the site. 2) Mechanical: This includes installation of potable and raw/fire protection water, sanitary, floor drain and compressed air piping into the building from existing sources at the site, installation of septic and floor drain holding tanks, relocation of storm drain lines and installation of the in-slab hydronic heating system. 3) Electrical: This includes installation of underground 480 vac electrical feeds and communications conductors to the building from two (2) locations and installation of a grounding system. 4) Pre-engineered Metal Building: This includes furnishing and erecting a pre-engineered metal building 130 ft. long x 40 ft. wide with 100 ft. of the building having an eave height of 16 ft. and the last 30 ft. having an eave height of 24 ft. Also included are overhead doors, mandoors, a window, wall lights (translucent panels) and interior wall and ceiling liner panels. The Invitation for Bid package will be released approximately January 19, 2001, with bid opening to be held on February 26, 2001.Contractors may submit bids for one, two, three or all of the contracts. The work is to commence in Spring 2001 and is to be completed by July 15, 2001. The Cost Ranges are as follows: 1. Site Work And Concrete: Between $100,000 and $250,000. 2. Mechanical: Between $25,000 and $100,000. 3. Electrical: Between $25,000 and $100,000. 4. Pre-engineered Metal Building: Between $100,000 and $250,000. The specifications and drawings for each contract shall cost $20.00 US Funds per set or $70.00 US Funds for sets to all four (4) contracts. Requests for the bid package(s) along with the respective specification and drawing fee must be received no later than 15 days after Commerce Business Daily publication. These will be a Firm-Fixed price contracts. In accordance with the Small Business Competitiveness Demonstration Program, these procurements are open to both small and large businesses. The NAICS codes are as follows: Site Work and Concrete _ 235710; Mechanical _ 235110; Electrical _ 235310; Metal Building _ 235910. All responsible sources may submit a bid, which shall be considered by the Saint Lawrence Seaway Development Corporation. THIS NOTICE IS FOR INFORMATIONAL PURPOSES FOR MINORITY, WOMEN-OWNED AND DISADVANTAGED BUSINESS ENTERPRISES: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU), has programs to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. Loans are also available under the DOT Short-Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000.00. For further information regarding the bonding and lending programs, please call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169. For information regarding the acquisition, contact the contracting official listed above.
Web Link
Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=DTSL55-01-B-C0354&L=2602)
Record
Loren Data Corp. 20010103/YSOL001.HTM (D-364 SN5098S1)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on December 29, 2000 by Loren Data Corp. -- info@ld.com