|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 8,1999 PSA#2258Commanding Officer, USCG Civil Engineering Unit Oakland, 2000
Embarcadero, Suite 200, Oakland, CA 94606-5337 Z -- AIDS-TO-NAVIGATION (ATON) REPLACEMENT AT AIDS-TO-NAVIGATION TEAM
(ANT) COOS BAY COOS BAY, OR SOL DTCG88-99-B-623262 DUE 030299 POC
Almer Adams, Contracting Officer or Bid Issue Clerk (510) 535-7242
PRE-SOLICITATION NOTICE DTCG88-99-B-623262-AIDS-TO-NAVIGATION (ATON)
REPLACEMENT AT AIDS-TO-NAVIGATION TEAM (ANT) COOS BAY COOS BAY, OR.:
Work includes: A) Remove and dispose of the following multi-pile
steel/wood structures: South Slough Light #1, Coos Bay Channel Light
#7, Coos Bay Channel Light #17, and Coos Bay Channel Light #35. B)
Fabricate and install five (5) steel three-pipe pile structures and
platform assemblies. Installation shall include all platform equipment
including dayboards. Structures to be fabricated and installed
include: South Slough Light #1, Coos Bay Channel Light #17, Coos Bay
Light #7, Coos Bay Channel Light #35, and Coos River Entrance Lighted
Buoy #1. Drawings and specifications can be purchased on a first come,
first served basis, at the rate of $15. Requests will be accepted by
mail only, and must include payment in the applicable amount by
Cashier's Check or Money Order, or Company Check made payable to the
U.S. Coast Guard. Personal 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 $100,000 to
$250,000. The performance period is 60 calendar days after receipts of
Notice to Proceed. 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 Bonding Assistance Program enables firms to
apply for bid, performance and payment bonds up to $500,000. 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. Anticipated bid issue
date is January 29, 1999, with opening date 30 days later. ONLY WRITTEN
REQUESTS FOR SOLICITATIONS WILL BE ACCEPTED. PLEASE MAIL YOUR REQUESTS
TO THE ATTENTION OF BID ISSUE CLERK. Posted 01/06/99 (W-SN285787).
(0006) Loren Data Corp. http://www.ld.com (SYN# 0131 19990108\Z-0004.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|