Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 21,2000 PSA#2584

Commanding Officer (KO), Civil Engineering Unit, Juneau, P.O. Box 21747, 709 W. 9th St., Room 817, Juneau, AK 99802-1747

Z -- FUEL CONTAINMENT LINERS AT USCG LORAN STATIONS PORT CLARENCE AND ST. PAUL, ALASKA SOL DTCG87-00-B-643063 DUE 061200 POC Richard Garrision 907 463-2415 E-MAIL: Contracting Officer, rgarrison@cgalaska.uscg.mil. Provide all materials, equipment, transportation and perform labor to install a fuel containment liner in the containment bers at the fuel tank farms at USCG LORAN Stations Port Clarence and St. Paul, Alaska. Work includes, but is not limited to the following: surface preparation, placing a non-woven geotextile fabric and application of a spray on 2-component elastomeric coating (liner) within the containment berm at the fuel tank farms located at Port Clarence and St. Paul. This includes the placement of liner ballast (sand bags) within the fuel containments to prevent wind uplift of the new liner. The size of each fuel containment is approximately 7,000 square feet. The fuel containments are constructed out of gravel with gravel berms. The existing liners are located 6 inches below the surface and have failed. The project locations are at USCG LORAN Stations Port Clarence and St. Paul, Alaska. Port Clarence is located approximately 80 miles north of Nome, Alaska. There is no road leading to the LORANStation. Transportation to the station is by chartered aircraft or chartered boat. Commercial air transportation is provided by two flight service companies operating out of Nome, Alaska. The runway at Port Clarence is 4,000 feet long and is capable of accommodating C-130 aircraft. LORAN Station St. Paul is located on an island with no road service. Commercial air transportation is provided by flight service companies operating out of Anchorage, Alaska. The estimated cost range of this project is between $250,000 and $500,000 dollars. The time for completion is 30 July 2000 at Port Clarence and 15 August 2000 at St. Paul. This procurement is issued pursuant to the Small Business Competitive Demonstration Program, Public Law 100-656, as implemented by the OFPP Policy Directive and Test Plan dated 8/31/89. The Industrial Standard Code is #1629, and the applicable size standard is $17.0 million dollars in annual receipts for the past three years. All responsible sources may submit a bid which shall be considered by the U. S. Coast Guard. Request for bid documents must be submitted and received by this office no later than May 11, 2000. This is not a Small Business Set-Aside. For Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small Business Utilization (OSBDU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short term contracts. This is applicable to any eligible prime or subcontractor at any tier. The DOT bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $1.0 million per contract. The DOT provides an 80% guarantee of the bid bond amount to a surety against losses. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide for accounts receivable. The maximum line of credit is $500,000 dollars. For further information please call OSBDU at (800)532-1169. There is a $35.00 non-refundable fee for the bid documents. Interested parties can obtain a bid package by sending a check or money order to the U. S. Coast Guard in the amount of $35.00 to Commanding Officer (ko), Civil Engineering Unit, P. O. Box 21747, Juneau, AK 99802-1747. This is a non-refundable fee for the plans and specifications. Posted 04/19/00 (W-SN446741). (0110)

Loren Data Corp. http://www.ld.com (SYN# 0138 20000421\Z-0004.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page