Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 7, 2001 PSA #2845
SOLICITATIONS

Z -- PY'99 -- REHABILITATION OF MAIN BUILDING NO. 1 AT HAWAII/MAUI JOB CORPS CENTER LOCATED IN MAKAWAO, MAUI, HAWAII

Notice Date
May 3, 2001
Contracting Office
U.S. Department of Labor, ETA, Division of Contracting Services, 200 Constitution Ave., NW, Room S-4203, Washington, DC 20210
ZIP Code
20210
Solicitation Number
IFB-01-DCS-25-JC
Response Due
June 21, 2001
Point of Contact
Contact: Herb Leong, AIA (808) 596-2424 or Monica Gloster (202) 693-3327
E-Mail Address
IFB-01-DCS-25-JC (mgloster@doleta.gov)
Description
The work involves exterior sub-drainage system installation, repair and replacement of damaged wood roof framing, floor framing, exterior siding, and exterior wood windows. The work may also include alternate work such as repairing stairs and guardrails, repair/replacing exterior doors and hardware, repair/replacing ceilings, replacing toilet partitions and flooring, replacing T & G wood paneling, and repainting the exterior of the building. Lead abatement during wood repair and repainting work is also included as identified in the specifications. This work shall be performed at the Hawaii/Maui Job Corps Center in Makawao, Maui, Hawaii. Construction time from NTP to substantial completion for the work is 182 calendar days. The estimated cost range of construction is between $100,000 to $500,000. Plans and specifications will be available on or about May 24, 2001, ONLY from the office of Richard Matsunaga & Associates Architects, Inc., 1150 South King Street, 8th Floor, Honolulu, Hawaii 96814. Contact: Herb Leong, AIA at (808) 596-2424 for additional information regarding this project. Collect calls will not be accepted. It is emphasized that requests for plans and specifications shall be directed to the A/E firm listed above to ensure proper handling of requests. All requests must be in writing. Facsimile requests will not be accepted. All requests will be answered on a first-come, first-serve basis until supplies are exhausted. For requests made after the supply is exhausted, the Contracting Officer may determine whether payment of a fee is warranted. The non-refundable fee shall not exceed the actual cost of reproduction of the IFB document (to be determined by the Contracting Officer) plus a shipping charge based on individual request (if applicable) will be required in order to obtain the IFB documents. A Pre-Bid walk-through is scheduled for June 7, 2001 at 9:00 a.m., local time. The Bid Opening date is June 21, 2001 at 2:00 p.m., local time. This is a 100% Small Business Set-Aside acquisition. The North American Industry Classification System (NAICS) Code for this project is 233320 with a size standard of $27.5 million. HUBzone, small disabled veterans, woman-owned, small disadvantaged businesses, 8(a) businesses, and small businesses are encouraged to apply. Further, small businesses are encouraged to apply for Hubzone certification. Information regarding HUBzone certification can be found at http:www.sba.gov. See Numbered Note(s): 1.
Web Link
IFB-01-DCS-25-JC (http://cbdnet.access.gpo.gov)
Record
Loren Data Corp. 20010507/ZSOL002.HTM (W-123 SN50L0Z0)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on May 3, 2001 by Loren Data Corp. -- info@ld.com