|
COMMERCE BUSINESS DAILY ISSUE OF JULY 14,1997 PSA#1886Commanding Officer, USCG, Civil Engineering Unit, P.O. Box 21747, 709
West 9th Street, Juneau, Alaska 99802 Z -- SANITARY/STORM SEWER & ROAD CONSTRUCTION SOL DTCG87-97-B-643093
DUE 081197 POC J.H.O'Malley, Contracting Officer, USCG(907)463-2417
DTCG87-97-B-643093-This is a synopsis to install approximately 270
linear feet of 10 inch Ductile Iron Sanitary Sewer pipe. Approximately
1800 linear feet of 8 inch Ductile Iron Sanitary Sewer Pipe, and
twenty-one 6 inch service connections and related work in the area of
Lower Government Housing and Upper Government Hill Housing at the USCG
Integrated Support Command, Kodiak, Alaska. Work includes restoration
of all facilities damaged or temporarily relocated during construction
of the sewer system and the removal of existing pipe and manholes at
specific locations. Remove and replace approximately 2582 square yards
of asphalt pavement on Bowling Alley Parking Lot. Resurface asphalt
surfaced alley behind MOQ housing. Rebuild approximately 800 linear
feet of asphalt surfaced roadway in Lower Government housing area. Work
includes curb and gutter, sidewalk, storm drainage and water line
removal and replacement. Resurface approximately 2770 linear feet of
asphalt surfaced roadways located near the Peterson School. Work
includes patching, leveling course and shoulder improvements. Option
bid includes installing approximately 1100 linear feet of 10 inch, 8
inch and 6 inch Ductile iron Sanitary Sewer Pipe and related work in
the Lake Louise Housing area. Reconstruct approximately 900 linear feet
of asphalt surfaced roadway, storm drainage system sewer facilities,
and restoration of all facilities damaged or temporarily relocated
during construction of the above improvements. The estimated cost range
for this project is between $1 million and $5 million dollars. This
procurement is being issued pursuant to the Small Business Competitive
Demonstration Program, Public Law 100-656, as implemented by the OFPP
Policy Directive and Test Plan dated 8/31/89. The Industrial Standard
Code is #1623, and the applicable size standard is $17.0 million
dollars in annual receipts for the past three years. All responsible
sources may submit a bid which shall be considered by the U.S. Coast
Guard. Request for bid documents must be submitted and received by this
office no later than July 30, 1997. For Minority, Women-Owned and
Disadvantaged Business Enterprises; the Departmemt of Transportation
(DOT), Office of Small and Disadvantaged Business Utilization (OSDBU),
has a 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. Loans
are available under the DOT Short Term Lending Program (STLP) at prime
interest rates to provide for accounts receivable. The maximum line of
credit is $500,000. For further information please call OSDBU at
(800)532-1169. Interested parties can obtain a bid package by sending
a nonrefundable check or money order order issued to the U.S. Coast
Guard in the amount of $35.00 to the following address -- Commanding
Officer (ko), Civil Engineering Unit, P.O. Box 21747, Juneau, Alaska
99802-1747 Phone (907)463-2417. J. H.
O'Malley/CEUJuneau@internet.uscg.mil (0191) Loren Data Corp. http://www.ld.com (SYN# 0231 19970714\Z-0053.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|