Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2002 FBO #0194
SOURCES SOUGHT

Z -- SECURITY FENCE & GATES REPLACEMENT

Notice Date
6/12/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami, FL, 33177-1630
 
ZIP Code
33177-1630
 
Solicitation Number
DTCG82-02-B-3WCA50
 
Response Due
6/25/2002
 
Archive Date
7/10/2002
 
Point of Contact
Billie Jo Cherico, Contracting Officer, Phone 305-278-6723, Fax 305-278-6696, - Michelle Nammur, Contract Specialist, Phone 305-278-6725, Fax 305-278-6696,
 
E-Mail Address
bcherico@ceumiami.uscg.mil, mnammur@ceumiami.uscg.mil
 
Description
This project is comprised two line items and will be awarded as one contract. Performance sites are USCG Air Station Clearwater, Clearwater, FL., and the USCG Marine Safety Office (MSO) Tampa Davis Island, Florida. Both are located in Pinellas County Florida. Item 1) Clearwater: Contractor to furnish all necessary labor, materials, and equipment to demolish existing 6-foot high chain link fence with foundations and manual swing entrance gate and rolling gate at Fixed Wing Hangar area. The installation of a new chain link fence with gates and a new motorized security sliding entrance gates, sliding gates at Fixed Wing Hangar/Rotary Wing Hangar and two pedestrian gates. Item 2) Contractor to furnish all necessary labor, materials, and equipment to demolish existing 6-foot high chain link fence with foundations and rolling entrance gate. The installation of a new chain link fence with two pedestrian gates and a new motorized security sliding entrance gate. The applicable North American Industry Class System (NAICS) Code is 235990. The small business size standard is a three-year averaged annual gross receipts of $12.0 million. Estimated construction price range is $100,000 and $250,000. Bid, payment and performance bonds are required. Performance period is 70 calendar days. Hard copies with not be available. SOLICITATION IN ITS ENTIRETY WILL BE AVAILABLE ON LINE AT: http://www.fedbizopps.gov. All amendments and pertinent information will be available at this website. Therefore, it is recommended that you register for the solicitation package in order to receive all changes posted electronically, immediately. No telephone requests shall be accepted. All responsible sources may submit a bid, which will be considered by this agency. This action is being considered for 100 percent set-aside for HUBZone small business concerns. Interested HUBZone small business concerns should indicate their interest to the Contracting Officer, in writing, as early as possible but to be received not later than 15 calendar days of this notice or NLT 25 June 2002. As a minimum, the following information is required: (a) a copy of the certificate issued by the SBA of your qualifications as a HUBZone concern, (b) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contacts and telephone numbers and (d) provide evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals. All information must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone concerns. Failure to submit all information requested will result in a contractor not being considered as an interested HUBZone concern. If adequate interest is not received from HUBZone concerns by close of business 15 calendar days from the date of this notice, this solicitation will be issued on an unrestricted basis without further notice. Therefore, the solicitation will be UNRESTRICTED and will be open to large and small business concerns, as well as from HUBZone concerns. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small Disadvantaged Business Utilization (OSBDU), has a program 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. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $1.0 million per contract. The DOT provides an 80% guarantee on the bond amount to a surety against losses. 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 and applicable forms concerning the Bonding Assistance Program and/or the STLP, please call the OSDBU at (800) 532-1169.*****
 
Place of Performance
Address: US COAST GUARD AIR STATION CLEARWATER, 15100 RESCUE WAY, CLEARWATER, FL 34662 and US COAST GUARD MARINE SAFETY OFFICE (MSO) TAMPA, 155 COLUMBIA DRIVE, DAVIS ISLAND, FL 33606
 
Record
SN00092230-W 20020614/020613084218 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.