Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1998 PSA#2147

Commander (KO), Civil Engineering Unit, Juneau, P.O. Box 21747, 709 W. 9th St., Room 817, Juneau, AK 99802-1747

Z -- FURNISH AND INSTALL POWER PROVISIONS AND LIGHTING AT USCG ISC KETCHIKAN, ALASKA SOL DTCG87-98-B-643084 DUE 090998 POC Rebecca B. Wade (907) 463-2418 E-MAIL: Contracting Officer, rwade@cgalaska.uscg.mil. DTCG87-98-B-643084 -- Furnish and Install Power Provisions and Lighting to the Upper Base Roadway, Storage Yard, Bunkers, and Firing Range at USCG ISC Ketchikan, Alaska. Provide all materials, equipment, transportation, incidentals to perform labor to furnish and install power provisions and lighting to the Upper Base Roadway, Storage Yard, Bunkers and Firing Range at USCG ISC Ketchikan as shown on the plans and specifications. Work includes, but is not limited to 500 feet of 15 KV Duct extensions to the Storage Yard, 480 Volt Transformer and Switchgear Location that provides circuits for the Storage Yard Lighting and future facilities as well as the 480 Volt 125 Amp Feeder to the Magazine/Firing Range 240/120 Volt Transformer and Panelboard in a small 4'X8'X8' building across the road from the Magazines fenced area. Provide lighting as shown on the plans for the outside area around the Magazines and the firing Range. Also, provide a 120/240 Volt, 60 Amp, 150' feeder to supply the Firing Range Power Panel. Additional work includes all materials, equipment transportation to install 600 Amp, 600 Volt double throw safety switch with 400 Amp receptacle at both the Health Care and the Galley Facilities pad-mount transformers. Two matching plugs and 100 foot cable (400 Amp 3 Phase -- 4 wire Type W). Assemblies are to be provided for connection of a Government Furnished Engine-Generator set with bolt on studs. The double throw safety switch shall be Kirk Keyed to the Building Main Service Entrance Breaker to prevent switching under load (on or off), by insuring the Building Main Breaker is open before switching. The estimated cost range for this project is between $100,000 and $250,000. The time for completion of this contract is 90 calendar days after notice of award. The work required by this solicitation is identified as Industry Standard #1731 and the applicable size standard is $7.0 million dollars in annual receipts for the past three years. This procurement is issued pursuant to the Small Business Competitiveness Demonstration Program, Public Law 100-656, as implemented by the OFPP Policy Directive and Test Plan dated 8/31/89. This is not a small business set-aside. All responsible sources may submit a bid which shall be considered by the U. S. Coast Guard. Requests for bid documents must be submitted and received by this office no later than 17 August 1998. For Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short- term working capital assistance for transportation-related contracts. This is applicable to any eligible prime or subcontractor 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 of the bid bond amount to a surety against losses. Loans are 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. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. Interested parties can obtain a bid package by sending a check or money order issued to the U. S. Coast Guard in the amount of $30.00 to Commanding Officer (ko), Civil Engineering Unit, P. O. Box 21747, Juneau, AK 99802-1747. This is a non-refundable fee for the plans and specifications. R. Wade, Contracting Officer Posted 07/27/98 (W-SN228912). (0208)

Loren Data Corp. http://www.ld.com (SYN# 0151 19980729\Z-0005.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page