|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 1,1999 PSA#2445Commanding Officer, USCG Civil Engineering Unit Oakland, 2000
Embarcadero, Suite 200, Oakland, CA 94606-5337 Z -- ANNUAL CONTRACT FOR REMOVAL, REBUILDING, AND INSTALLATION OF
AID-TO-NAVIGATION (ATON) STRUCTURES IN GRAYS HARBOR AND CHEHALIS RIVER,
WA SOL DTCG88-99-B-623023 DUE 113099 POC Terry Leong, Contract
Specialist or Bid Issue Clerk (510)535-7242 DTCG88-99-B-623023-ANNUAL
CONTRACT FOR REMOVAL, REBUILDING, AND INSTALLATION OF AID-TO-NAVIGATION
(ATON) STRUCTURES IN GRAYS HARBOR AND CHEHALIS RIVER, WA: Provide all
materials (excluding Government Furnished Material), labor, equipment
and transportation required to accomplish work installing, replacing,
or removing aid-to-navigation (ATON) structures in the Grays Harbor and
Chehalis River. Work includes but is not limited to the following: A)
Emergency removal of damaged ATON structures that present a hazard to
navigation and replace or repair damaged ATON structures. B) Improper
Characteristic work which includes non-emergency removal, replacement
or repair of damaged ATON structures. C) Geodetic survey with minimum
accuracy level of third order, class 1 shall be performed and a report
be prepared for each ATON structure installed, when required by the
Delivery Order. Some of the navigational aids covered within this
specification are located in very shallow water. Historically, repairs
at these locations have required grounding the work barge at low tide
in order to complete repairs at these locations have required
grounding the work barge at low tide in order to complete repair. The
contractor shall complete work at these shallow water locations at no
additional cost to the government. Drawings and specifications can be
purchased on a first come, first served basis, at the rate of $30.
Requests will be accepted by mail only, and must include payment in the
applicable amount by Cashier's Check, 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 $500,000.00 to $1,000,000. The performance period is from 1
December 1999 to 30 September 2000. 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 29 October 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 09/29/99 (W-SN386172). (0272) Loren Data Corp. http://www.ld.com (SYN# 0116 19991001\Z-0008.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|