SOLICITATION NOTICE
Z -- Puget Sound Aids-To-Navigation Replacement to Seattle and Vicinity, WA
- Notice Date
- 3/26/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Oakland, 2000 Embarcadero Suite 200, Oakland, CA, 94606-5000
- ZIP Code
- 94606-5000
- Solicitation Number
- DTCG88-03-B-623179
- Point of Contact
- Teresa Leong, Contract Specialist, Phone 510-535-7284, Fax 510-535-7233, - Almer Adams, Contract Specialist, Phone 510-535-7243, Fax 510-535-7233,
- E-Mail Address
-
TLeong@d11.uscg.mil, AAdams@d11.uscg.mil
- Description
- Furnish all labor, materials, and equipment necessary to replace nine aids to navigation in Seattle and vicinity, WA. The work includes, but is not limited to, the following: demolish and remove the existing 5-pile wood Apple Cove Point Light (LLNR 16675) in position 47-48-53N, 122-28-55W; install a new 3-pile Apple Cove Point Light in the same position as the former light; demolish and remove the existing 3-pile wood Battle Point Light (LLNR 17965) in position 47-39-48N, 122-35-37W; install the new 3-pile aid Battle Point Light in the same position as the former light; demolish and remove the existing concrete 1-pile Liberty Bay Daybeacon 2 (LLNR 17970) in position 47-42-29N, 122-37-35W; install the new 1-pile Liberty Bay Daybeacon 2 in the same position as the former light; demolish and remove the existing 4-pile Point Vashon Light (LLNR 17100) in position 47-30-47N, 122-28-16W; install the new 3-pile Point Vashon Light in the same location as the former light; demolish and remove the existing 10x10 building Shillshole Bay Entrance Light 3 (LLNR 16790) in position 47-40-36N, 122-24-42W; demolish and remove the three existing submarine cables (each 250 yards long) adjacent to Shillshole Bay Entrance Light 3. The existing submarine cables are not energized. Install the new 1-pile jetty aid Shillshole Bay Entrance Light 3 in the same position as the former light. The existing Shillshole Bay Entrance Light 3 is known to contain asbestos. See Section 13280 for asbestos remediation specifications and Appendix B for the USCG asbestos report. Demolish and remove the existing 3-pile Colvos Passage Light 3 (LLNR 17105) in position 47-27-47N, 122-30-34W; install the new three-pile Colvos Passage Light 3 in the same position as the former light; demolish and remove the existing 1-pile jetty aid Shillshole Bay Boat Basin Light 2 (LLNR 16770) in position 47-41-16N, 122-24-18W; disconnect and demolish the existing submarine cable providing power to Shillshole Bay Boat Basin Light 2. See Reference Drawing 77.6703 for submarine cable location. Install the new 1-pile jetty aid Shillshole Bay Boat Basin Light 2 in the same position as the former light. Demolish and remove the existing 1-pile Orchard Rocks Daybeacon (LLNR 18055) in position 47-34-39N, 122-31-55W; install the new 1-pile Orchard Rocks Daybeacon in the same position as the former light; demolish and remove the existing tripod with single vertical stanchion Treasure Island Daybeacon 2 (LLNR 17925) in position 47-41-52N, 122-32-09W; install the new 1-pile Treasure Island Daybeacon 2 in the same position as the former light; acquire a Hydraulic Project Approval for all work from the Washington Dept. of Fish and Wildlife, using the JOINT AQUATIC RESOURCES PERMIT APPLICATION FORM (JARPA) prior to performing the work. The JARPA and instructions for using the JARPA can be found in Appendix A. Digitally photograph each aid to navigation from three different viewpoints after completion. The three viewpoints shall be a minimum of 90 degrees from each other around the aid. USCG Aids-to-Navigation Team (ANT) Puget Sound and the U.S. Coast Guard Cutter Bayberry will remove all aid-to-navigation equipment from each aid prior to demolition and will re-install the equipment once construction is complete. The estimated cost of this procurement is between $100,000 to $250,000 (CONSTRUCTION). Performance period is 120 calendar days after receipt of Notice to Proceed. This procurement is subject to the Small Business Competitiveness Demonstration Program and is open to large and small business participation. The applicable NAICS code is 234990. Small Business size standard is $27.5 million. All responsible sources may submit a bid, which will be considered. The solicitation can be downloaded from (http://www.eps.gov/) on approximately 14 Apr 2003. If it does not appear on that date, please check back daily. Due dates for bids will be 14 May 2003. This date is estimated and may change. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Our office no longer issues solicitations or amendments in paper form. Instead they maybe accessed at the following website: (http://www.eps.gov/). Offerors should register to receive notification of this solicitation. Any amendments issued to this solicitation will be posted solely on this website. ATTENTION: Minority, Women-Owned and Disadvantaged Business Enterprises (DBE's) The Department of Transportation (DOT), offers working capital financing and bonding assistance for transportation related contracts. DOT's Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000. DOT's Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500,000.00 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
- Place of Performance
- Address: Puget Sound at Seattle and vicinity, WA
- Record
- SN00287955-W 20030328/030326213042 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |