Similar Projects
Last Updated | 09/06/2023 11:29 AM |
Project Title | FMS # 12 Plaquemines Interior and Exterior M and R |
Physical Address | View project details and contacts |
City, State (County) | Plaquemine, LA 70764 (Iberville County) |
Category(s) | Residential |
Sub-Category(s) | Single-Family Homes |
Contracting Method | Competitive Bids |
Project Status | Bidding, Construction start expected October 2023 |
Bids Due | View project details and contacts |
Estimated Value | $220,000 [brand] Estimate |
Plans Available from | State Agency |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | Any Person Requiring Special Accommodations Shall Notify Ryan Lacroix of the Type(S) of Accommodation Required Not Less Than Seven (7) Days Before the Bid Opening. Work shall include but shall not be limited to: Repairs, painting, upgrades, flooring, drop ceilings, cabinets, partitions, metal fabrication and electrical. Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to the Designer at 420 F. Street, Pineville, Louisiana 71360. Attention: Ryan LaCroix, E-Mail Address: ryan.c.lacroix.nfg@army.mil or via phone (318) 623-9950. Contractor shall paint the entire interior for shop and office areas at the Plaquemine FMS. See attached Site Plan for specific location details. See Construction Divisions for specifications. Contractor shall apply a three stage polyurea with a colored vinyl flake coating for the shop bays, battery room tool room and office areas at the Plaquemine FMS. See attached Site Plan for specific location details. See Construction Divisions for specifications. Contactor shall remove and replace vent fan located in the POL storage room at the Plaquemine FMS. See attached Site Plan for specific location details. See Construction Divisions for specifications. Contactor shall install one (1) overhead roll up electrical motor and all hardware associate with this system at the Plaquemine FMS. See attached Site Plan for specific location details. See Construction Divisions for specifications. Contractor shall remove and replace three (3) doors with windows, and all hardware associate with this system at the Plaquemine FMS. See attached Site Plan for specific location details. See Construction Divisions for specifications. Contractor shall remove and replace five (5) four shop receptacle reels and all hardware associated with this system at Plaquemine FMS. See attached Site Plan for specific location details. See Construction Divisions for specifications. Contractor shall remove and replace gutters and downspouts at Plaquemine FMS. See attached Site Plan for specific location details. See Construction Divisions for specifications. Contractor shall remove Five (5) emergency exit signs and replace with exit signs with emergency lighting attached at Plaquemine FMS. See attached Site Plan for specific location details. See Construction Divisions for specifications Bids Shall Be Accepted Only From Contractors That Attend the Entire Mandatory Pre-bid Conference. Any Person Requiring Special Accommodations Shall Notify Ryan Lacroix of the Type(S) of Accommodation Required Not Less Than Five (5) Days Before the Mandatory Pre-bid Conference. All Bids must be accompanied by Bid Security equal to five percent (5%) of the Base Bid and Additional Bid Items (ABI) and must be in the form of a certified check, cashiers check or bid bond. Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of BUILDING CONSTRUCTION. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B) (5). The successful Bidder will be required to furnish a Performance and Payment Bond written by a company licensed to do business in the State of Louisiana, equal to 100% of the Contract amount, including Additional Bid Items (ABI), if required. No Bid may be withdrawn for a period of forty-five (45) days after receipt of Bids except under the provisions of LA R.S. 38:2214. Electronic Bid Documents may be submitted by Contractors to the Construction & Facilities Management Office by submitting their bid along with their bid security Electronic bids must be submitted to be posted Contractors MUST attend the mandatory Pre-Bid conference scheduled in in order to submit an electronic bid. The Owner reserves the right to accept or reject any and all Bids for just cause. In accordance with directives and guidance published by Facility Planning and Control, the Louisiana Revised Statutes, the provisions and requirements of those stated in the advertisement for bids and those required on the bid form shall not be waivered. The Louisiana Military Department Deputy Director for Contracting and Purchasing and the State Contracting Officer do not possess authority to waive any informality incidental thereto. The Owner shall incur no obligation to the Contractor until the Contract between Owner and Contractor is fully executed. The Louisiana Military Department is a participant in the Louisiana Initiative for Small Entrepreneurships (SE) Program (the Hudson Initiative) and the Veteran-Owned and Service-Connected Disabled Veteran-Owned Small Entrepreneurships Program (the Veteran Initiative). Bidders are encouraged to consider participation. |
||||||||||||||||||||||||||||||||
Details |
|
||||||||||||||||||||||||||||||||
Bidder's List | View project details and contacts | ||||||||||||||||||||||||||||||||
Prospective Bidders | View project details and contacts | ||||||||||||||||||||||||||||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |