Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,2000 PSA#2617

Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, NY, 13662

Z -- CONCRETE CRACK REPAIRS -- GALLERIES AND RECESSES AT EISENHOWER AND SNELL LOCKS SOL DTSL55-00-R-C0640 DUE 080100 POC Linda Harding, Contracting Officer, Phone (315) 764-3244, Fax (315) 764-3235, Email lmh@sls.dot.gov -- Patricia White, Contract Specialist, Phone (315) 764-3236, Fax (315) 764-3235, Email plw@sls.dot.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=DTSL55-00-R-C 0640&LocID=2602. E-MAIL: Linda Harding, lmh@sls.dot.gov. The Saint Lawrence Seaway Development Corporation (Corporation) plans to issue a Request for Proposal (RFP) for repairs to seal cracks in the interior surfaces of selected galleries and recesses at both Eisenhower and Snell Locks. The mass concrete walls of both locks have numerous internal galleries and recesses that contain various utilities and equipment. The interior surfaces of these galleries and recesses are intersected by cracks, many of which leak. Initial plans are to seal approximately 750 linear feet of cracks in galleries/recesses at each lock to prevent further leakage. Depending on the proposals received, the scope of the project may be expanded to encompass additional cracks in other galleries/recesses at one or both locks. The Contractor may choose the repair methods and materials but the Corporation anticipates that injection grouting will probably be the best method. It is not necessary for the crack repairs to restore full strength, but the repair material must possess sufficient bond strength to resist hydrostatic pressures. The project scope will include mobilization, surface cleaning and preparation, repairs, and post-repair verification testing of the repair effectiveness. The Contractor shall guarantee the repair work for a minimum period of one year after project completion. Time for completion of this project is approximately December 31, 2000. The RFP will be released approximately June 26, 2000, and the deadline for the receipt of proposals shall be approximately August 1, 2000. The cost range is between $100,000 and $250,000. There will be a $30.00 US Funds non-refundable fee for the drawings. Requests for the RFP package along with the $30.00 fee must be received no later than 15 days after Commerce Business Daily publication. This will be a Firm-Fixed Price contract. In accordance with the Small Business Competitiveness Demonstration Program, this procurement is open to both large and small businesses. The Standard Industrial Classification (SIC) Code is 1771. All responsible sources may submit a proposal, which will be considered by the St. Lawrence Seaway Development Corporation. THIS NOTICE IS FOR INFORMATIONAL PURPOSES FOR MINORITY, WOMEN-OWNED AND DISADVANTAGED BUSINESS ENTERPRISES: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU), has programs to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. Loans are also available under the DOT Short-Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000.00. 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 regarding the bonding and lending programs, please call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169. Posted 06/06/00 (D-SN462055). (0158)

Loren Data Corp. http://www.ld.com (SYN# 0143 20000608\Z-0024.SOL)


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