COMMERCE BUSINESS DAILY ISSUE OF MAY 4, 2001 PSA #2844
SOLICITATIONS
Z -- CENTRAL COOLING PLANT REPLACEMENT AT BEERS, MARIE-REED AND TERRELL, M.C. ELEMENTARY SCHOOLS, DISTRICT OF COLUMBIA PUBLIC SCHOOLS, WASHINGTON, D.C.
- Notice Date
- May 2, 2001
- Contracting Office
- Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715
- ZIP Code
- 21201-1715
- Solicitation Number
- DACW31-01-B-0020
- Response Due
- June 19, 2001
- Point of Contact
- Tom Milligan, (410) 962-5638 or Brigette Stewart, (202) 529-2213
- Description
- This proposed procurement is unrestricted. NAISC code is 235110,SIC is 1711 and the size standard is $11.5 million. Estimated cost of construction is between $1,000,000.00 and $5,000,000.00. The Period of Performance is 180 calendar days from date of Notice to Proceed. The work consists renovating the existing cooling plants through replacement of the chillers, pumps, cooling towers, their associated electrical controls, motor, starter, disconnects, circuit breakers etc. at Beers Elementary School, Marie-Reed Elementary School, and Terrell, M.C. Elementary School. Asbestos abatement, and lead paint abatement work may be required within the proposed work areas at the schools. Lead abatement and asbestos abatement work is required to be completed in accordance with the NESHAP report. Pre-bid conference/site visit will be held O/A 31 May 2001 at 10:00 a.m. convening at the Penn Center, 1709 Third Street, N.E., 3rd Floor, Washington, D.C. Debt Collection Improvement Act of 1996, effective March 31, 1998 all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Contact CCR Web site at http: //www.acq.osd.mil/ec. Registration can also be accomplished via dial up modem at 614-692-6788 (User ID: ccrpub; Password: pub2ccri), or through any DOD Certified Value Added Network. Additionally, a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. All responsible sources may submit a proposal which shall be considered by the agency. Large Business firms are required to submit a Subcontracting Plan with their proposal. The Subcontracting goals are 35% for small business, 10% for small disadvantage business, 8% for women-owned business, and 2% for Hub Zone small business and 3% to Veteran Owned Small Business. It is recommended the District of Columbia small and disadvantaged business firms obtain a Local Small and Disadvantaged Business Enterprise Certification from the Government of the District of Columbia. For an application, contact the D.C. Office of Local Business Development on (202) 727-3900. If small and disadvantaged businesses currently possess the certification, provide a copy along with all other pertinent information at the time of receipt of bid. The solicitation will be provided in an electronic format, free of charge, to all registered plan holders. The media through which the Government chooses to issue this solicitation will be in one of the following: compact disk only, compact disk and Internet, Internet only. This solicitation will not be issued in paper. Notification any combination of the following: fax, 3.5" floppy disk, compact disk, or posted to the Internet only. Contractors may view and/or download solicitation information from the Internet at http://ebs.nab.usace.army.mil". Issuance o/a 16 May 2001 bid due date 19 June 2001.
- Record
- Loren Data Corp. 20010504/ZSOL013.HTM (W-122 SN50K9L4)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on May 3, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|