|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 15,1999 PSA#2455Commanding Officer, USCG Civil Engineering Unit Oakland, 2000
Embarcadero, Suite 200, Oakland, CA 94606-5337 Z -- REPLACE STATION TRANSMITTER HVAC CONDENSING UNITS & REHAB
SECONDARY COOLING SYSTEM AT USCG LORAN STATION FALLON, FALLON, NV SOL
DTCG88-99-b-623021 DUE 113099 POC Marilyn Van de Loo 510.535-7283
DTCG88-99-B-623021 REPLACE STATION HVAC TRANSMITTER CONDENSING UNITS
AND REHAB SECONDARY COOLING SYSTEM AT US COAST GUARD LORAN STATION
FALLON, FALLON, NV. Furnish all labor, materials, equipment, and all
other necessary items required to replace the condensing units for the
Plenum Room and rehab the piping on the secondary cooling system at
Coast Guard LORAN Station Fallon, Fallon, NV. The work includes but is
not limited to the following: demolish and dispose the existing
transmitter condensing units and replace with new; chemically flush the
piping on the secondary cooling system and the two building heat
exchangers to remove sludge and scale inside the pipe; pressurize the
piping on the secondary cooling system and building heat exchangers to
1-1/2 times the normal operating pressure or 100 psig, whichever is
less for four hours; examine system for leaks and signs of stress;
replace gaskets in all flanged pipe joints; replace all valve packing
and seals; check valve seats, gates and stems for signs of wear;
replace two 3" three-way temperature control valves in the secondary
cooling system; repair the leak at the flange on building heat
exchanger #2. Plans and specifications may be purchased on a first
come, first served basis at the rate of $20.00 per set. 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 94606-6337. 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. Performance period is 120 calendar days
from Notice to Proceed. This procurement is subject to theSmall
Business Competitiveness Demonstration Program and is open to large and
small business participation. The applicable SIC is 1711. Small
Business Size Standard is $7.0 Million. This is an unrestricted
acquisition, and all responsible sources are encouraged to respond. For
minority, women, and disadvantaged business enterprises: The Department
of Transportation (DOT Office of Small and Disadvantaged 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 STLPand
Bonding Assistance Program, call 1(800) 532-1169. Anticipated bid issue
date is 27 October 1999 with bid opening 30 November 1999. ONLY WRITTEN
REQUESTS FOR SOLICITATION S WILL BE ACCEPTED. PLEASE MAIL YOUR REQUEST
TO THE ATTENTION OF THE BID ISSUE CLERK. PLANHOLDER LISTS WILL BE
AVAILABLE BY FAX DIRECTED TO THE BID ISSUE CLERK AT (510) 535-7233.
Posted 10/13/99 (W-SN391336). (0286) Loren Data Corp. http://www.ld.com (SYN# 0115 19991015\Z-0008.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|