Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2006 FBO #1531
SOLICITATION NOTICE

Z -- NEW ENGLAND REGION-U.S. COAST GUARD DISTRICT ONE - MARINE CONSTRUCTION /AIDS TO NAVIGATION REPAIRS THROUGHOUT THE FIRST COAST GUARD DISTRICT

Notice Date
2/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 300 Metro Center Boulevard, Warwick, RI, 02886
 
ZIP Code
02886
 
Solicitation Number
HSCGG1-06-R-3WK076
 
Response Due
3/23/2006
 
Archive Date
6/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
ISSUE DATE 2/21/2006. SOLICITATION NOTICE Contractor shall provide all labor, materials, equipment, transportation, supervision and disposal necessary to perform necessary repairs, alterations and renovations of various offshore fixed Aid to Navigation (AtoN) lights throughout New England, U.S. Coast Guard District One, and other marine construction including but not limited to pile driving, bulkhead replacement and pier renovation. The ATON repair work includes removal and disposal of existing structure components or entire structures, removal and storage (for later reuse) of batteries and signal equipment, fabrication and erection/installation of new structures or components and installation of government furnished navigation tower day boards. New structures may be one of three standard types or a custom design. The type of structure to be constructed is dependent on conditions at each work site. If a custom design is used specific blueprints on the required structure will be issued to the Contractor. The three standard structure types are as follows: 1) A 5-foot square tower constructed of galvanized steel pipes set on a reinforced concrete foundation, 2) A free-sanding sectional spindle tower constructed from heavy galvanized steel tubes with bolted flange connections, set on a reinforced concrete foundation or attached directly to rock ledge by anchor bolts, 3) A pile structure constructed from a single driven pile (either timber or steel) with a platform (also either timber or steel). The work will also include re-installation of batteries and signal equipment, installation of new day boards and incidental related work. The work to be done at each site may also include the removal and storage (for later re-use) of certain ancillary structures, removal and disposal of existing reinforced concrete foundations, drilling/grouting of rock anchors, placement/curing of fresh reinforced concrete, placement of rip rap stone and a Third order, Class I geodetic survey of the as-built position of each newly rebuilt tower. The total estimated value of this acquisition is between $20,000,000 and $25,000,000, inclusive of all options. The Government may elect to award a single contract or multiple contracts under this one solicitation. Contract base period will be for 2 years with 3 one-year option periods. For the purposes of this competition, a representative project has been chosen for which all prospective offerors are required to submit a proposal. The price submitted for this project shall be the only basis for evaluation by the Government of the evaluation factor ?price?. The project will then become the first task order awarded under one of the successful IDIQ contracts. The representative project is as follows: Contractor shall provide all labor, materials, equipment, transportation, supervision, and disposal necessary to Rebuild Buttermilk Day beacon # 9. The estimated price range for this representative project is between $100,000 and $250,000. The period of performance for this project is 90 calendar days from date of Notice to Proceed. All offerors must submit pricing for this project in order to be considered for award of one of the resulting marine construction/ATON repair IDIQ contracts. Only those offerors who submit a bid guarantee (bid bond) for the representative project will be considered for award of the resulting project task order. Any offeror who does not desire to be considered for award of the representative project is still required to submit a pricing proposal for evaluation purposes, but is not required to submit a bid bond, only verifiable proof of bonding capacity. Solicitation packages will be available on or about 02/21/06. The due date for receipt of proposals is scheduled for 03/23/06 at 3:00 p.m. This solicitation is issued in accordance with FAR Part 19, and is 100% set aside for small business. This will be a best value procurement based on technical and price related factors. Tentative evaluation factor criteria will be (1) Past Performance/Similar Experience, (2) Methods and Procedures and (3) Price. The applicable NAICS code is 237990 and the size standard is $31 million. All relevant solicitation documents, including specifications and drawings may be accessed for download beginning on the date of issue at the following site: http://www.eps.gov. Companies not having the capability to download solicitation documents may contact Rhode Island Blue Print (RIBP), 335 Webster Avenue, Cranston, RI 02920 for a copy of the solicitation package for a non-refundable deposit. Please fax your request to RIBP at (401) 946-6550 and include your credit card number and expiration date along with the Solicitation Number. RIBP accepts Visa, MasterCard, and American Express. Please do not call in your requests. Orders will be shipped UPS unless you request overnight delivery. A bidders list is only available by registering electronically for this solicitation below.
 
Place of Performance
Address: FIRST COAST GUARD DISTRICT, NEW ENGLAND REGION
Country: USA
 
Record
SN00978705-W 20060204/060202211612 (fbodaily.com)
 
Source
FedBizOpps 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.