|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1999 PSA#2359Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th
Ave., Miami, FL 33177-1630 Z -- MAINTENANCE & REPAIR TO UPGRADE ELECTRICAL SHORETIE POWER
RECEPTACLES AT U.S. COAST GUARD GROUP MOBILE, ALABAMA SOL
DTCG82-99-Q-3WC153 DUE 062399 POC Elizabeth Phillips, Phone (305)
278-6723 SOLICITATION: Work includes furnishing all labor, tools,
equipment and materials for electrical additions and modifications to
waterfront shore-tie power receptacles. The general scope is as
follows: (1) Provide modifications at existing shore-tie location "Q4".
Disconnect and remove existing 200 ampere 480 volt shore power
receptacle. Construct a new concrete shore-power receptacle support
wall. Intercept the existing #4/0 AWG conductors and feed GFE 100
ampere and 200 ampere 480 volt shore power interlockedreceptacles.
Provide watthour metering. (2) Provide modifications at existing
shore-tie location "Q3". Disconnect and remove existing 100 ampere 480
volt shore power receptacle. Construct a new concrete shore-power
receptacle support wall. Intercept and existing GRS cibdyut under the
wharf and wxtend to shore-power"Q3" location. Provide new feeder
conductors, designated as "F2 & F#". Install GFE 100 ampere and 200
ampere 480 volt shore power interlocked receptacles. Provide watthour
meter. (3) Provide a new 400 ampere, 480 volt, three phase shore power
receptacle assembly and watthour meter at location "Q2" as indicated
on the drawings. Provide a new 400 ampere service entrance rated
circuit breaker and connect to existing 500KVA pad mounted service
transformer "T3". Provide a new "2W4" concrete encased duct bank from
the serivce breaker location to the wharf. Install feeder "F1" from the
new 400 ampere main to the shore-power receptacle "Q2" location. This
feeder installation is extremely difficult as indicated on the
drawings. (4) Provide modification to existing panel "Q". Provide new
three pole, 225 ampere, 50 Deg. C ambient rated circuit breakers for
shore-tie locations "Q3 & Q4". (5) Provide field preparation work,
steel rebars, special formwork, and installation of concrete to
construct the two identical concrete support walls. Provide concrete
waterproof coating and applications of blue epoxy paint. Provide
painted logo's, ie., "Q4", as detailed on plan. (6) Provide steel
channel, angle, and plates as required to fabricate the support
assembly for shore-power assembly "Q2", as detailed on the drawings.
This solicitation is issued pursuant to the Small Business
Competitiveness Demonstration Program and is open to large and small
business participation. This solicitation/contract will incorporate all
applicable provisions and clauses in effect through FAC 97-11. The SIC
Code is 1731 and size standard is $7 Million. Payment bond is
required, prior to the Notice to Proceed. All responsible sources may
submit a quote, which will be considered by this agency. Interested
parties should fax their requests for plans and specifications in
writing to (305) 278-6704. No telephone requests will be accepted.
ATTENTION: Minority, Women-owned, and Disadvantaged Business
Enterprises (DBEs)! The Department of Transportation (DOT), offers
working capital financing and bonding assistance for transportation
related contracts. DOT's Bonding Assistance Program (BAP) offers bid,
performance and payment bonds on contracts up to $1,000,000. DOT's
Short Term Lending Program (STLP) offers lines of credit to finance
accounts receivable. Maximum line of credit is $500,000 with interest
at the prime rate. For further information, call (800) 532-1169.
Internet address: http://osdbuweb.dot.gov Posted 06/01/99 (W-SN337475).
(0152) Loren Data Corp. http://www.ld.com (SYN# 0129 19990603\Z-0011.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|