Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2007 FBO #1948
SOURCES SOUGHT

Z -- MOORING FACILITIES AT U.S. COAST GUARD SAN PADRE ISLAND, TX

Notice Date
3/26/2007
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami, FL, 33177-1630, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG82-07-B-3WCA27
 
Response Due
5/15/2007
 
Point of Contact
Deborah Boydston, Contract Specialist, Phone 305-278-6718, Fax 305-278-6696,
 
E-Mail Address
deborah.j.boydston@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Provide all labor, tools, materials, and equipment to perform various electrical projects at the site, essentially as follows: A. Provide demolition of the small boat wood timber pier located on the East side of the North Breakwater. B. Provide complete construction of a new wood timber pier, approximately 6 ft-0 inch wide x 213 ft-3 inch, with steps and elevations East side of the existing North Breakwater, as indicated and detailed on the contract documents. C. The USCGC WLIC MALLET (75 ft Push-Tug) is required to moor at the outside of the North Breakwater and access the new wood timber pier. Install a GFE (Government Furnished Equipment), Russellstoll, 100 ampere 440V., Max-Gard Mechanically Interlocked Shore-Tie Receptacle. Extend the existing Ships-Service, 450VAC ungrounded power supply to the shore-tie receptacle. D. Provide a NEMA-4X telephone enclosure with Russellstoll Pin & Sleeve Telephone Receptacle and 12 pair Tele/Data cable installed as indicated on the contract documents. E. Provide a Poured-In-Place Structural Concrete Support Wall for Electrical and Tele/Date Services as indicated on the drawings. F. Provide 1-1/2 inch valve and 3/4 inch hose valve for domestic water shore-tie service at the waterfront, all as detailed on the drawings. Extend existing 6 inch water service presently located at the North West corner of the Shops Building to the WLIC location as indicated on Mechanical Drawing M-1. G. Provide 4 inch marine fitting for sanitary sewer shore-tie service located at the existing North Breakwater face as indicated on the mechanical drawings. Provide a new 4 inch PVC Sanitary Sewer pipe sloped to an existing sewage manhole, all as indicated on the Mechanical Drawings M-1 and M-2. H. Cutting and trenching/patching is required of both asphalt paving and nominal 12 inch thick concrete for Water and Sewage Service, and for a concrete encased Electrical/Telephone/Data duct bank. I. Close contractor coordination is required during the erection of the wood timber pier to ensure that the WLIC Shore-Tie utilities (water, sewage, power, and tele/data) pipes and conduits are properly supported from the existing North Breakwater and new Wood Timber Pier. J. All utility mounting hardware shall be of stainless steel construction, i.e., clamps, channels, hangers, metal bars and angles, and all mounting hardware. K. USCG personnel will occupy all adjacent area bordering new construction. Close coordination must be scheduled with the unit EPO (Engineering Petty Officer) so as NOT to impact any CG operation. USCG small boats and cutters must have full unrestricted access to the boat basin at all times. The location of this work is at the Mooring Facilities, U. S. Coast Guard South Padre Island, Texas. Estimated construction price range is $250,000 and $500,000. Performance period is 155 calendar days. Bid, payment and performance bonds are required. The solicitation in its entirety and any amendments will be available at no charge online at http://www.fedbizopps.gov under the above solicitation number. The applicable North American Industry Class System (NAICS) 2002 code is 236220. The small business size standard is a three-year averaged annual gross receipt of $31.0 million. 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. 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 as a Total Small Business Set-Aside without further notice. To receive immediate notification of all changes and future notices posted electronically for this project, vendors should click on [Register to Receive Notification].
 
Place of Performance
Address: U.S. COAST GUARD STATION SOUTH PADRE ISLAND, ONE WALLACE REED ROAD, SOUTH PADRE ISLAND, TX.
Zip Code: 78597
Country: UNITED STATES
 
Record
SN01259099-W 20070328/070326220225 (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.