|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1998 PSA#2162Commanding Officer, USCG Civil Engineering Unit Oakland, 2000
Embarcadero, Suite 200, Oakland, CA 94606-5337 Z -- ANNUAL ATON STRUCTURE SERVICES CONTRACT FOR COLUMBIA RIVER SYSTEM
ATON STRUCTURES. SOL DTCG88-98-B-623002 DUE 100998 POC Contracting
Officer, Terry Leong or Bid Issue Clerk (510) 535-7242 PRE-SOLICITATION
NOTICE: ANNUAL ATON STRUCTURE SERVICES CONTRACT FOR COLUMBIA RIVER
SYSTEM ATON STRUCTURES. Only written requests for solicitations will be
accepted. Annual requirements contract for the scope of work is as
follows: Contractor shall furnish all material (excluding Government
Furnished Material), labor, equipment and transportation required to
accomplish work on the Columbia River and Willamette Rivers. All
Aid-To-Navigation (ATON) Structures located in the Columbia River from
the Bonneville Dam to the John Day Dam and in the Columbia River from
Longview Bridge up to the Bonneville Dam and in the Williamette River
up to and including the Multnomah Channel and in the Columbia river
from Longview Bridge to the Pacific Ocean. A geodetic Survey (minimum
accuracy level of third order, class I) shall be performed and a report
shall be prepared for each ATON structure installed, when required by
the Delivery Order. Drawings and specifications can be purchased on a
first come, first served basis, at the rate of $50.00. Requests will be
accepted by mail only, and must include payment in the applicable
amount by Cashier's Check or Money Order, made payable to the U.S.
Coast Guard. Personal and Business Checks will not be accepted. Mailing
address is: Commanding Officer, U.S. Coast Guard CEU Oakland, 2000
Embarcadero #200, Oakland, CA 94606-5337. Attn: Bid Issue Clerk. NO
EXPRESS MAIL PROCEDURES WILL BE UTILIZED ON MAILINGS OF PLANS AND
SPECIFICATIONS. No refunds will be made and materials need not be
returned. If project is cancelled or no award is made, cost of plans
and specifications will be refunded only on written request. Estimated
Range is $250,000 to $500,000. The procurement is subject to the Small
Business Competitiveness Demonstration Program and is open to large and
small business participation. The applicable SIC code is 1629. Small
business size standard is $17.0 million. This is an unrestricted
acquisition being solicited. All responsible sources are encouraged to
respond. For minority,women, and disadvantaged business enterprises:
The Department of Transportation (DOT) Office of Small and Disadvantage
Business Utilization has programs to assist minority, women owned and
disadvantaged business enterprises to acquire short-term working
capital and bonding assistance for transportation-related contracts.
Loans are available under the DOT Short Term Lending Program (STLP) at
prime interest rates up to $500,000 per contract to provide accounts
receivable financing. The DOT Bonding Assistance Program enables firms
to apply for bid, performance and payment bonds up to $500,000 per
contract. DOT provides an 80% guaranty on the bond amount to a surety
against losses. For further information and applicable forms concerning
the STLP and Bonding Assistance Program, call 1(800) 532-1169.
Performance period is for one calendar year from 1 October 1998 to 30
September 1999. Plans and Specifications will be available on or about
11 Sep 1998. ONLY WRITTEN REQUESTS FOR SOLICITATIONS WILL BE ACCEPTED.
PLEASE MAIL YOUR REQUESTS TO THE ATTENTION OF BID ISSUE CLERK. Posted
08/17/98 (W-SN238128). (0229) Loren Data Corp. http://www.ld.com (SYN# 0167 19980819\Z-0016.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|