Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 5, 2000 PSA #2740
SOLICITATIONS

Z -- DREDGE BOAT BASIN U.S. COAST GUARD STATION GRAND ISLE, LOUISIANA

Notice Date
December 1, 2000
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami, FL, 33177-1630
ZIP Code
33177-1630
Solicitation Number
DTCG82-01-B-3WCA15
Response Due
February 13, 2001
Point of Contact
Sherry Dague, Contract Specialist, Phone 305-278-6721, Fax 305-278-6696, Email sdague@ceumiami.uscg.mil -- Patricia Lambert, Contracting Officer, Phone 305-278-6720, Fax 305-278-6704, Email
E-Mail Address
Sherry Dague (sdague@ceumiami.uscg.mil)
Description
The project work site is U.S. Coast Guard Station Grand Isle, end of Louisiana Highway One, Jefferson County, Louisiana. The work includes dredging of the station boat basin to a depth of 11_ below National Geodetic Vertical Datum (NGVD) which corresponds to Mean Lower Low Water (MLLW). The amount of dredge material to be removed is estimated at 31,600 cubic yards.This dredging of the boat basin remains authorized by U.S. Army Corps of Engineers Dredge Permit No. SE(Barataria Bay)4, which expires 6/26/05. A new permit has been obtained for the channel dredging under U.S. Army Corps of Engineers Category II Programmatic General Permit that expires 8/22/05. This boat basin was last dredged in 1995. There is an existing permit for dredged material disposal. In addition to the basin, the access channel is silted in. Additional work includes pumping dredge material into a spoil site on Fifi Island two miles away by way of mobilizing a hydraulic pipeline . The spoil will be hydraulically pumped into the bermed area to create a wetland for emergent flora. Afterwards, 10_ gaps will be cut in the berm to allow tidal influences. Pre and post dredge hydrographic surveys are also required. Contract performance time is 120 days. The estimated price range of the complete project is between $250,000.00 and $500,000.00. The tentative dates are as follows: Solicitation issued January 3, 2001. Bid opening February 13, 2001, 2:00 pm. This action is being considered for 100 percent HUBZone set-aside. Interested HUBZone businesses should indicate their interest to the Contracting Officer in writing as early as possible to be received no later than 15 calendar days from the date of this notice. As a minimum, the following information is required: (a) a copy of the certificate issued by the SBA of your qualifications as a HUBZone concern, (b) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact and telephone numbers, and (d) provide evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone concerns. Failure to submit all information requested will result in a contractor not being considered as an interested HUBZone concern. If adequate interest is not received from HUBZone concerns by close of business 15 calendar days from the date of this notice, this solicitation will be issued on an unrestricted basis pursuant to the Small Business Competitiveness Demonstration Program without further notice. Therefore, replies are requested from large and small businesses, as well as from HUBZone concerns.The applicable NAICS code for this project is 23493, Industrial Non Building Structure Construction, with a size standard of $27.5 million. Bid guarantee, payment and performance bonds are required. No telephone requests for this solicitation will be accepted; all requests shall be in writing and may be faxed to (305)278-6696, Attn: Minority, Women-Owned, and Disadvantaged Business Enterprises (DBE_s). The Department of Tranportation (DOT), offers working capital financing and bonding assistance for transportation related contracts. DOT_s Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000. DOT_s short-term lending program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800)532-1169. Internet address: http://osdbuweb.dot.gov .
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=DTCG82-01-B-3WCA15&L=490)
Record
Loren Data Corp. 20001205/ZSOL005.HTM (D-336 SN5078C5)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on December 1, 2000 by Loren Data Corp. -- info@ld.com