Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2016 FBO #5180
MODIFICATION

Z -- IDIQ FOR MUTLI-YEAR ATON STRUCTURES REPLACEMENT FOR COLUMBIA & SNAKE RIVER SYSTEM - Solicitation 1

Notice Date
1/27/2016
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Oakland, 2000 Embarcadero, Suite 200, Oakland, California, 94606-5000, United States
 
ZIP Code
94606-5000
 
Solicitation Number
HSCG88-16-B-PQQ039
 
Archive Date
3/12/2016
 
Point of Contact
Lilian Librodo, Phone: 5106375581, Jeffrey Cross, Phone: 510-535-7236
 
E-Mail Address
lilian.l.librodo@uscg.mil, Jeffrey.A.Cross@uscg.mil
(lilian.l.librodo@uscg.mil, Jeffrey.A.Cross@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
WD WA99 Skamania WA WD WA94 Franklin WA WD WA92 Cowlitz WA WD WA91 Clark WA WD WA89 Benton WA WD WA85 Walla Walla WA WD WA84 Wahkiakum WA WD WA80 Pacific WA WD WA75 Klickitat WA WD OR80 Sherman OR WD OR79 Wasco OR WD OR77 Umatilla OR WD OR68 Hood River OR WD OR63 Clatsop OR WD OR59 Multnomah OR WD OR54 Columbia OR WD ID70 Nez Perce ID ATON Standard Drawings 1 ATON Standard Drawings Drawings 1 Specification Forecast Reference Historical Reference Contractor Responsibility Questionnaire Contractor Request for Clarification SF1442 Solicitation Title: INDEFINITE DELIVERY-INDEFINITE QUANTITY CONTRACT FOR MUTLI-YEAR ATON STRUCTURES REPLACEMENT FOR COLUMBIA & SNAKE RIVER SYSTEM **CORRECTION TO ASSIGNED DESIGNATED CONTRACTING OFFICE ADDRESS UNDER THIS SOLICITATION NOTICE: 1301 Clay Street 7th Floor Suite 700N, Oakland, CA 94612-5203. Description: The purpose of this contract solicitation is to award a Indefinite Delivery, Indefinite Quantity Contract for Aid-To-Navigation (ATON) Structure Replacement for the following geographic Areas: A. Geographic Area Number I: All ATON structures located in the Snake River from the Lower Monumental Dam to Lewiston, ID. B. Geographic Area Number II: All ATON structures located in the Columbia River from the McNary Dam to Richland, WA and in the Snake River up to the Lower Monumental Dam. C. Geographic Area Number III: All ATON structures located in the Columbia River from the John Day Dam to the McNary Dam. D. Geographic Area Number IV: All ATON structures located in the Columbia River from the Bonneville Dam to the John Day Dam. E. Geographic Area Number V: All ATON structures located in the Columbia River from the Lewis and Clark Bridge to the Bonneville Dam and in the Willamette River up to, and including, the Multnomah Channel and Wilsonville, OR. F. Geographic Area Number VI: All ATON structures located in the Columbia River from Lewis and Clark Bridge to the Pacific Ocean including ATON structures within a 10-nautical mile radius west of the western most point of the northern entrance jetty. Work includes: (1) Standard ATON Maintenance work which includes removals, replacements, and repairs of damaged ATON structures; (2) ATON parts fabrication. (3) Emergency ATON Maintenance work which includes emergency removal of damaged ATON structures that present a hazard to navigation; (4) Geodetic surveys conducted by a Professional Land Surveyor; (5) Diving to reclaim knock-down structures and retrieve any lost batteries. Diving may also be performed to survey the underwater condition of ATON structures; and (6) Environmental monitoring services as may be required for pile driving activities. The maintenance work for this contract will be executed through task orders provided to the contractor by the Contracting Officer. The task orders will provide scopes of work for each individual ATON structure that requires maintenance. Task Orders will range from $3,000 to $1 million. The Government contemplates awarding a contract for a base year with four option years.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUO/HSCG88-16-B-PQQ039/listing.html)
 
Place of Performance
Address: Columbia and Snake River, Oregon and Washington, United States
 
Record
SN04002495-W 20160129/160127234437-80c49cba113ee35b0dae81db29408474 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.