Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1997 PSA#1897

Commanding Officer, Civil Engineering Unit, P.O. Box 21747, 709 W. 9th Street, Room 817, Juneau, Alaska 99802-1747

Z -- REPAVING OF GUARD ISLAND ALLEY AND NEW WALKWAY FROM PAC BUILDING TO FUEL PIER AT USCG ISC KODIAK, ALASKA SOL DTCG87-97-B-643120 DUE 091297 POC R. B. Wade, Contracting Officer, (907)463-2418 DTCG87-97-B-643120 -- Repaving of Guard Island Alley and New Walkway from PAC Building to Fuel Pier, USCG ISC Kodiak, Alaska. Provide all materials, equipment, transportion, incidentals to perform labor to remove and rebuild an existing roadway, a walkway adjoining an existing roadway and paving of building 554 parking area. Work includes, but is not limited to excavation, new base, compacting, new asphalt concrete surfaces, curbs, and striping as indication on the drawings. Work also includes reseeding and finish grading required in areas disturbed by demolition and construction. Seeded areas include all work at Guard Island Alley, for walkway from stationn 0:00 to Station 1+50, Station 20+85 to the end and the parking area surrounds of building 554. Optional Bid Item #1: Provide for additional aggregate in place to replace existing unsuitable subgrade as per Section 02611, Paragraph 3.1.1, Subbase. The cost shall be for a maximum of up to 180 cubic yards of removal and new aggregate in place, on acubic yard basis. Optional Bid Item #2: Provide additional paving and base using the sections shown on sheet 5 of the drawings and the specifications. Provide for up to 7500 square feet of paving, on a square foot basis. Operational Bid Item #3: Provide additional curb and gutter using curb section shown on the drawings and these specifications. Provide for up to 1000 linear feet of curb and gutter, on a linear foot basis. The work required by this solicitation is identified as Industry Standard #1611 and the applicable size standard is $17.0 million dollars in annual receipts for the past three years. This procurement is issued pursuant to the Small Business Competitiveness Demonstration Program, Public Law 100-656, as implemented by the OFPP Policy Directive and Test Plan dated 8/31/89. This is not a small business set-aside. The estimated price is between $100,00 and $250,000. Contract completion time is 300 calendar days after notice of award. All responsible sources may submit a bid which shall be considered by the U. S. Coast Guard. Requests for bid documents must be submitted and received by this office no later than 5 August 1997. For Minority, Women-Owned and Disadvantaged Business Enterprises: The Department 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 working capital assistance for transportation-related 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 accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. There is a non-refundable fee of $15.00 for this solicitation. Interested parties can obtain a bid package by contacting Commanding Officer (ko), Civil Engineering Unit, P.O. Box 21747, Juneau, AK 99802-1747. R. Wade/CEUJuneau@internet.uscg.mil Civil Engineering Unit (0205)

Loren Data Corp. http://www.ld.com (SYN# 0197 19970729\Z-0006.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page