|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 11,1999 PSA#2259Commanding Officer, USCG Civil Engineering Unit Oakland, 2000
Embarcadero, Suite 200, Oakland, CA 94606-5337 Z -- WALKING & PLATFORM DEMOLITION AT SLIP POINT LIGHT STATION,
CLALLAM BAY, WA SOL DTCG88-99-B-623274 DUE 022399 POC Almer Adams,
Contracting Officer or Bid Issue Clerk (510) 535-7242
DTCG88-99-B-623274-WALKWAY AND PLATFORM DEMOLITION AT SLIP POINT LIGHT
STATION, CLALLAM BAY, WA.: Work includes: Furnish all labor,
materials, and equipment necessary to demolish and completely remove
the existing elevated steel walkway and light/fog signal platform and
tower at Slip Point Light Station. The work includes, but is not
limited to, the following: A) Demolish and remove the existing elevated
steel walkway structure above the foundations. B) Demolish and remove
the existing light/fog signal platform and tower above the mudline. C)
Remove the existing buried power cables from the end of the walkway
back to the existing power panel in the existing Generator Building. D)
Demolish and remove sloughed organic debris (trees and shrubbery)
interfering with the walkway demolition operations. Drawings and
specifications can be purchased on a first come, first served basis, at
the rate of $20. Requests will be accepted by mail only, and must
include payment in the applicable amount by Cashier's Check, Money
Order or Company Check made payable to the U.S. Coast Guard. Personal
Checks will not be accepted. Mailing address is: Commanding Officer,
U.S. Coast Guard CEU Oakland, 2000 Embarcadero #200, Oakland, CA
94606-5337. Attn: Bid Issue Clerk. NO EXPRESS MAIL PROCEDURES WILL BE
UTILIZED ON MAILINGS OF PLANS AND SPECIFICATIONS. No refunds will be
made and materials need not be returned. If project is cancelled or no
award is made, cost of plans and specifications will be refunded only
on written request. Estimated Range is $25,000 to $100,000. The
performance period is 30 calendar days after receipts of Notice to
Proceed. The procurement is subject to the Small Business
Competitiveness Demonstration Program and is open to large and small
business participation. The applicable SIC code is 1795. Small business
size standard is $7.0 million. This is an unrestricted acquisition
being solicited. All responsible sources are encouraged to respond. For
minority, women, and disadvantaged business enterprises: The Department
of Transportation (DOT Office of Small and Disadvantage 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 Bonding Assistance Program enables firms to
apply for bid, performance and payment bonds up to $500,000. DOT
provides an 80% guaranty on the bond amount to a surety against losses.
For further information and applicable forms concerning the STLP and
Bonding Assistance Program, call 1(800) 532-1169. Anticipated bid issue
date is 21 January 1999, with opening date 30 days later. ONLY WRITTEN
REQUESTS FOR SOLICITATIONS WILL BE ACCEPTED. PLEASE MAIL YOUR REQUESTS
TO THE ATTENTION OF BID ISSUE CLERK. Posted 01/07/99 (W-SN286044).
(0007) Loren Data Corp. http://www.ld.com (SYN# 0128 19990111\Z-0011.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|