|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1996 PSA#1624Contracting Officer, USCG Civil Engineering Unit of Cleveland, 1240
East Ninth Street, Rm. 2179, Cleveland, Ohio 44199-2060 Z -- REBUILD SANDUSKY BAY EXIT CHANNEL RANGES Sol. DTCG83-96-B-3A326.
Due 101596. Contact Point, Audrey L. Overholt, (216) 522-3934, ext.
683. Provide all labor, materials, equipment, supervision and
transportation for the construction of 2 new navigational light
structures in the Sandusky Bay, Lake Erie, Ohio. Work consists of
demolition, dredging, h-piles, template framing, ice protection cone,
navigational towers, fabrication, steel sheet pile, stone fill,
concrete work, assembly/mobilization, optics/solar
panel/batteries/accessories. Performance period is 260 calendar days
after Notice to Proceed. This acquisition will have a 90-day bid
acceptance period because funds are not presently available for the
award of this acquisition. Est. range is $500K to $1,000,000.00.
Issuance of the solicitation package is anticipated on or about 1
September 1996. Bid opening date is anticipated on or about 15 October
1996. The bid opening date may be adjusted accordingly depending on
issuance of the solicitation. Please do not call to verify the bid
opening date. This office has established a Procurement Information
Line which provides information regarding projects currently on the
street and open for bidding. The telephone number is (216) 522-3934,
ext. 745 and a description of the project, solicitation number,
location of the project, contract specialist and bid opening date will
be provided. If a solicitation package that you are interested is not
on the Procurement Information Line this means the project is not
available yet. Do not call to inquire when it will be available. If you
pay for the plans and specifications a copy will be provided to you
when it is issued. The small business size standard for this contract
is 1629 and the average size standard is $17.0 million. All responsible
sources may submit a bid, which will be considered by the agency. This
is an unrestricted procurement and is open to both small and large
businesses in accordance with Public Law 100-656. THERE IS A
NON-REFUNDABLE DEPOSIT REQUIRED IN THE AMOUNT OF $50.00 PER
SOLICITATION PACKAGE. COMPANY CHECKS, CERTIFIED CHECKS, CASHIERS CHECKS
OR MONEY ORDERS WILL BE ACCEPTED. MAKE CHECK PAYABLE TO U.S. COAST
GUARD. NO TELEPHONE REQUESTS WILL BE ACCEPTED; ONLY WRITTEN REQUESTS
RECEIVED ALONG WITH THE BID REQUEST WILL BE ACCEPTED DIRECTLY FROM THE
REQUESTOR (FAX #216-522-7107). ``This Notice if for information
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. The DOT Bonding Assistance Program
enables firms to apply for bid, payment, and performance bonds up to
$1.0 million per contract. The DOT provides an 80% guaranty on the bond
amount to a surety against losses. 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. For further information and applicable forms concerning
Bonding Assistant Program and/or the STLP, please call the OSDBU at
(800) 532-1169. For information concerning the acquisition, contact the
contracting officer listed above. (171) Loren Data Corp. http://www.ld.com (SYN# 0163 19960625\Z-0003.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|