Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24, 2000 PSA #2733
SOLICITATIONS

Z -- REPLACE REAR RANGE TOWER AT USCG LEASED ATON SITE, WEST HAVEN,

Notice Date
November 21, 2000
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 300 Metro Center Boulevard, Warwick, RI, 02886
ZIP Code
02886
Solicitation Number
DTCGG1-01-Q-3WK059
Response Due
January 11, 2001
Point of Contact
Jodi Ruggiero, Contract Specialist, Phone (401)736-1785, Fax (401)736-1704, Email JRuggiero@CEUProvidence.USCG.mil
E-Mail Address
Jodi Ruggiero (JRuggiero@CEUProvidence.USCG.mil)
Description
ISSUE DATE: 12/11/00. Contractor shall provide all labor, materials, equipment, transportation, supervision and disposal necessary to Replace Rear Range Tower at USCG Leased ATON Site, May Street Extension, West Haven, CT. Work includes the following: Clear and grub 255 SY of land surrounding the existing range tower, then remove topsoil to a depth of six inches. Dispose of topsoil in accordance with project specifications. The soil near the existing tower has been determined to have elevated concentrations of lead. Upon completion of all other components of work in this project, provide six inches of crushed stone, 12_ nominal size, to return the grade to original contour. Remove the existing 16_ square fence around the tower. Reinstall the fence in the same location upon installation of the new tower. Provide a temporary construction fence at least 8_ high fully enclosing the construction site. Remove the entire existing 60_ tall range tower including steel structure, work platforms, wood foundations and woodpiles to a depth of 3_ below grade. The tower is coated with lead based paint. Construct the new 60_tall tower foundation as specified. Allow at least 7 days for the concrete to cure before proceeding with construction. Construct and erect the new tower on the new foundation. Install new electrical conduit in the new foundation and on the new tower. Estimated cost of this project is under $100,000. Solicitation packages to be available on or about 12/11/00. The date for receipt of quotations is on or about 1/11/01. Our office no longer issues solicitations or amendments in paper form. All relevant solicitation documents, including specifications and drawings may be accessed for download beginning on the date of issue at the following site: http://www.eps.gov. Any amendments issued to the solicitation will be posted solely on this web site. Companies not having the capability to download solicitation documents may contact Rhode Island Blue Print, 335 Webster Avenue, Cranston, RI 02920 for a copy of the solicitation package for a non-refundable deposit. Please fax your request to RIBP at (401) 946-6550 and include your credit card number and expiration date along with the Solicitation Number. RIBP accepts Visa, MasterCard, and American Express. Please do not call in your requests. Orders will be shipped UPS unless you request overnight delivery. Also, you may refer to a list of printers on the CEU Providence web site at http://www.uscg.mil/mlclant/ceuprovidence. Printers on this list can download and print the information for a fee. A bidders list is no longer available. This project is issued pursuant to the Small Business Competitiveness Demonstration Program, and is unrestricted. THE FOLLOWING NOTICE IS PROVIDED AS INFORMATION FOR MINORITY, WOMEN-OWNED, AND DISADVANTAGED BUSINESS ENTERPRISES: The Dept 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 available under the DOT Short-term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The max. line of credit is $500,000. For further information regarding these programs, call the DOT OSDBU at (800) 532-1169. For information concerning this acquisition, contact the Contracting Official listed above.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=DTCGG1-01-Q-3WK059&L=492)
Record
Loren Data Corp. 20001124/ZSOL003.HTM (D-326 SN5072B7)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on November 21, 2000 by Loren Data Corp. -- info@ld.com