|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 19,2000 PSA#2518Commanding Officer, USCG Civil Engineering Unit Oakland, 2000
Embarcadero, Suite 200, Oakland, CA 94606-5337 Z -- REROOF, REPLACE WINDOWS AND REPAINT AT BAKER BAY HOUSING, STATION
CAPE DISAPPOINTMENT ILWACO, WA SOL DTCG88-00-B-623287 DUE 030900 POC
Almer Adams, Contracting Officer or Bid Issue Clerk at (510) 535-7242
PRE-SOLICITATION DTCG88-00-B-623287-REROOF, REPLACE WINDOWS AND REPAINT
AT BAKER BAY HOUSING, STATION CAPE DISAPPOINTMENT ILWACO, WA: Furnish
all labor, materials, and equipment necessary to reroof, replace
windows and repaint at Baker Bay Housing, Station Cape Disappointment.
The work includes, but is not limited to, the following: A. Remove and
store existing skylights for reuse. B. Remove and dispose of existing
gutters and downspouts. C. Remove and dispose of all flashings at
skylights, vent stacks, roof edges and chimneys. D. Remove and dispose
of existing composition roof shingles and felt underlayment to expose
existing roof sheathing. E. Install new fiberglass roof shingles,
flashings, gutters and downspouts and reinstall existing skylights. F.
Remove all existing sealants from around windows, doors and trims. G.
Remove and dispose of existing windows, sliding glass doors and insect
screens. H. Install new insulated glass, vinyl windows, vinyl sliding
glass doors and insect screens in existing openings. I. Apply new
sealant around doors, windows and trims. J. Prepare surfaces and paint
exterior walls, trims, railings, stairs, soffits, fascias, interior
trim around windows, sliding glass doors and new gypsum wallboard,
where replaced, after repair work. 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 $250,000 to $500,00. The performance period is 150 calendar
days after receipt 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
1761. 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 8 February 2000,
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 01/14/00 (W-SN416380). (0014) Loren Data Corp. http://www.ld.com (SYN# 0131 20000119\Z-0006.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|