|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1999 PSA#2413Commanding Officer, USCG Civil Engineering Unit Oakland, 2000
Embarcadero, Suite 200, Oakland, CA 94606-5337 Z -- ASBESTOS CEILING REMOVAL, PHASE II AT CG STATION YAQUINA BAY
HOUSING, NEWPORT, OR SOL DTCG8-99-B-623A30 DUE 101499 POC Terry Leong,
Contracting Specialist or Bid Issue Clerk, (510) 535-7242
PRE-SOLICITATION NOTICE: DTCG88-99-B-623A30-ASBESTOS CEILING REMOVAL
PHASE II AT CG STATION YAQUINA BAY HOUSING, NEWPORT, OR. Furnish all
labor, materials, equipment and transportation necessary to abate
asbestos containing material from ceilings of fourteen (14) Housing
Units at Station Yaquina Bay in Newport, Oregon and its vicinity. The
work includes, but is not limited to, the following: A) Remove and
dispose of all asbestos acoustic ceiling materials and retexture with
non-asbestos acoustic ceiling materials. B) Tape joints as required and
paint the entire ceiling and wall surfaces. C) Remove approx. 100
square feet of existing wall paper on one side of the living room area
of Unit 17 located at 7081 S.W. Abalone St., South Beach, Oregon. D)
Work will be performed within the base year plus two (2) option years
by delivery orders. Drawings and specifications can be ordered or
picked up in person from East Bay Blue Print and Supply, 1745
Fourteenth Ave., Oakland, CA 94606. Phone: (510) 261-2990. There will
be a non-refundable fee for plans and specifications. PLANHOLDERS LISTS
WILL BE AVAILABLE FROM EAST BAY BLUE PRINT AND SUPPLY BY FAXING YOUR
REQUESTS TO (510) 261-6077. PLANS ARE NO LONGER AVAILABLE FROM THE U.S.
COAST GUARD OFFICE. Estimated Range is $250,000 to $500,000. The
performance period shall remain in effect for a one (1) year period
based upon a three hundred sixty five (365) calendar day duration (Base
Year), with two, one year option years based upon a three hundred sixty
five (365) calendar day duration. 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
1799. Small business size standard is $7.0 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 14 September 1999,
with opening date 30 days later. Posted 08/17/99 (W-SN369104). (0229) Loren Data Corp. http://www.ld.com (SYN# 0177 19990819\Z-0013.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|