|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 18,1999 PSA#2478Commanding Officer, USCG Civil Engineering Unit Oakland, 2000
Embarcadero, Suite 200, Oakland, CA 94606-5337 Z -- COVERED MOORINGS RENOVATION AT STATION TILLAMOOK BAY, GARIBALDI,
OR SOL DTCG8800-B-623141 DUE 122999 POC Almer Adams, Contracting
Officer or Bid Issue Clerk (510) 535-7242 DTCG88-00-B-623141-COVERED
MOORINGS RENOVATION AT STATION TILLAMOOK BAY, GARIBALDI, OR.: Furnish
all labor, materials, and equipment necessary to renovate the Covered
Mooring Structure at Station Tillamook Bay. The work includes, but is
not limited to, the following: A. Demolish and remove the existing
temporary concrete floats (2) and steel pipe piling (6). B. Demolish
and remove the existing corrugated metal siding and roofing. C.
Demolish and remove the existing steel rod bracing. D. Install new
steel rod bracing. E. Install new flange bracing for the existing steel
wall girts and roof purlins. F. Install new wind column braces. G.
Strengthen the existing steel rigid frames with flange cover plates. H.
Install new corrugated metal roofing and siding to include all
necessary flashing and closure sheet metal elements. I.
Demolish/replace the existing sliding entry door. J. Remove, clean, and
reinstall the existing indicated mechanical and electrical
appurtenances on the exterior walls. K. Install two new exterior lights
on the north elevation. L. Relocation of two existing vessel power
shoreties. M. Install new birdnetting mesh underneath the structural
steel members and over the entire ceiling in the vessel berth area of
the Covered Mooring. Drawings and specifications can be purchased on a
first come, first served basis, at the rate of $25. 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 $250,000 to $500,000. The performance period is 90 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
1629. Small business size standard is $17.0 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 29 November 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 11/16/99 (W-SN401087). (0320) Loren Data Corp. http://www.ld.com (SYN# 0086 19991118\Z-0005.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|