|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 5,1995 PSA#1318Contracting Officer, U.S. Coast Guard, Civil Engineering Unit Oakland,
2000 Embarcadero, Suite 200, Oakland, CA 94606-5337 Z -- REPAIR/REPLACE 5 LOOKOUT TOWERS SOL DTCG88-95-B-623790. DUE
051895. Contact Bid Issuing Clerk, (510) 535-7219; Contracting Officer,
Evelyn E. Navarro 510/535-7219. To obtain a copy of this solicitation,
submit written request along with a certified, company, or cashier's
check only in the amount of $15.00 per copy of the solicitation, to
U.S. Coast Guard, Civil Engineering Unit Oakland, 2000 Embarcadero,
Suite 200, Oakland, CA 94606. Make checks payable to the U.S. Coast
Guard. The charge for this solicitation is Non-Refundable. Furnish all
labor, materials and equipment, necessary for the construction of new
lookout towers at Station Grays Harbor (75'), Station Tillamook Bay
(35'), Station Yaquina Bay (50'), and Station Siuslaw River (35'); and
the repair of the lookout tower at Station Umpqua River (40'). The
work includes, but is not limited to, the following: Demolishing the
existing lookout including foundations; constructing new foundations;
erecting galvanized structural steel lookout towers, and constructing
lookout rooms; temporarily removing and remounting all existing
antennas and the high power binoculars, and providing electrical power
and telephone service; the work at Umpqua River includes replacing all
bolts, sandblasting, and repainting the entire tower; removal and
disposal of existing abandoned 100 gallon diesel and 200 gallon
kerosene underground storage tank, tank contents, associated piping,
and appurtenances at Station Yaquina Bay, Newport, OR; perform initial
site assessments, including testing and laboratory services, at each
underground tank locations to determine if a release of product has
occured. The estimated cost of this procurement is between $250,000.00
and $500,000.00. Performance period is 180 calendar days after receipt
of Notice to Proceed. This procurement is subject to the Small Business
Competitiveness Demonstration program and is open to large and small
business participation. The applicable SIC code is 1799. The Small
Business size standard is small if its average annual sales or receipts
for its preceding three fiscal years do not exceed $7.0 million. All
responsible sources may submit a bid, which will be considered. For
Minority, Women and Disadvantaged Business Enterprises: The Department
of Transportation (DOT) Office of Small and Disadvantaged Business
Utilization has programs to assist minority, women owned and
disadvantaged business enterprises to acquire short-term working
capital and bonding assistance for transportation-related contracts.
Loans are available under the DOT Short Term Lending Program (STLP) at
prime interest rates up to $500,000 per contract to provide accounts
receivable financing. The DOT Bonding Assistance Program enables firms
to apply for bid, performance and payment bonds up to $500,000 per
contract. DOT provides an 80 percent guaranty on the bond amount to a
surety against losses. For further information and applicable forms
concerning the STLP and Bonding Assistance Program, please call (800)
532-1169. Anticipated bid issue date is 18 April 1995 with opening date
30 days later. (088) Loren Data Corp. http://www.ld.com (SYN# 0216 19950404\Z-0002.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|