Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9, 2001 PSA #2785
SOLICITATIONS

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

Notice Date
February 7, 2001
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
March 28, 2001
Point of Contact
Sherry Dague, Contracting Officer, 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 150 days. The bid opening date is March 28, 2001, 2:00 pm.The estimated price range of the completed project is between $250,000.00 and $500,000.00. Award of a contract resulting from this notice shall be in accordance with the Small Business Competitiveness Demonstration Program. The applicable NAICS code for this project is 234990, All Other Heavy Construction,with a size standard of $17.0 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 (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=M&P=DTCG82-01-B-3WCA15&L=490)
Record
Loren Data Corp. 20010209/ZSOL019.HTM (D-038 SN50D0E4)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on February 7, 2001 by Loren Data Corp. -- info@ld.com