|
COMMERCE BUSINESS DAILY ISSUE OF JULY 3,2000 PSA#2634Commanding Officer (KO), Civil Engineering Unit, Juneau, P.O. Box
21747, 709 W. 9th St., Room 817, Juneau, AK 99802-1747 Z -- TOWER INSPECTIONS AND MAINTENANCE SERVICES SOL DTCG87-00-R-643032
DUE 073100 POC J. H. O'Malley (907)463-2417 WEB: USCG Civil Engineering
Unit Juneau, AK Web Site, http://www.alaska.net/~uscgceuj. E-MAIL: Joe
O'Malley@USCG Civil Engineering Unit Juneau, AK.,
J.Omalley/CEUJuneau@internet.uscg.mil. DESC: DTCG87-00-R-643032
Modification: Tower Inspection Services, Various U.S. Coast Guard
locations within and occasionally outside Alaska. The summary of work
includes providing all materials, equipment, supplies, transportation,
engineering/design services and labor to conduct tower inspections,
installations, investigations, designs, repairs and corrective action.
Services may include the acquisition of environmental data for
proposed design sites along with investigation of design options and
final design of self supporting and guyed towers. The procurement shall
be issued under an Indefinite Delivery/Indefinite Quantity (IDIQ) firm
fixed price contract including one base year and four option years.
Each firm's selection criteria will include in order of importance (1)
past performance on contracts with government agencies and private
industry in terms of cost control, quality of work, and compliance with
performance schedules (2) professional qualifications to perform the
services required (3) specialized experience and technical competence
in the type of work required and (4) equipment inventory. The Coast
Guard is required to place a minimum order of $25,000. against the
contract for the base year and each option year awarded. The Coast
Guard may exercise a contract option before the expiration of the base
contract period or preceding option period if the contract amount for
the base period or preceding option period has been exhausted or
nearly exhausted. The small business size standard is identified as
Standard Industrial Code 1799 and the applicable size standard is $7.0
million dollars in average annual receipts for the past three years.
If selected, a large business offeror will be required to submit a
small/small disadvantaged and women owned small business subcontracting
plan in accordance with FAR 52.219-9. Task orders shall be placed on an
as needed basis against the contracts and shall not exceed the
following limitations: no individual order shall exceed $500,000, the
total amount of each contract shall not exceed $1 million per contract.
This is issued pursuant to the Small Business Competitiveness
Demonstration Program (Public Law 100-656) as implemented by the OFPP
Policy Directive and Test Plan dated 8/31/89. This project is open to
all businesses regardless of size. THE FOLLOWING NOTICE IS PROVIDED AS
INFORMATION FOR MINORITY, WOMEN-OWNED, AND DISADVANTAGED BUSINESS
ENTERPRISES: The Department of Transportation (DOT), Short Term Lending
Program (STLP) offers working capital financing in the form of lines of
credit to finance accounts receivable for transportation related
contacts. The Department of Transportation (DOT), also has the Office
of Small Business Utilization (OSBDU), 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. Maximum line of credit is $500,000.
with interest at the prime rate. For further information call (800)
532-1169. Internet address : http://www.osdbuweb.dot.gov. Request for
bid documents must be submitted and received by this office no later
than July 3, 2000. Interested parties can obatin a bid package by
sending a request to the U.S. Coast Guard to the following address;
Commanding Officer (ko), United States Coast Guard, Civil Engineering
Unit, P.O. Box 21747, Juneau, Alaska 99802-1747 or by e-mail at the
following address: jomalley@cgalaska.uscg.mil. This is no fee for the
solicitation. THIS IS NOT A REQUEST FOR PROPOSAL. Posted 06/28/00
(W-SN469676). (0180) Loren Data Corp. http://www.ld.com (SYN# 0256 20000703\Z-0029.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|