|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1998 PSA#2155Commander (KO), Civil Engineering Unit, Juneau, P.O. Box 21747, 709 W.
9th St., Room 817, Juneau, AK 99802-1747 Z -- INSTALL TWO PILING IN YAKUTAT HARBOR, ALASKA SOL
DTCG87-98-Q-643091 DUE 091198 POC L. Fermin (907) 463-2413 E-MAIL:
Contracting Officer, lfermin@cgalaska.uscg.mil. Provide all materials,
equipment, transportation, except those identified as government
furnished, and furnish labor to drive two single piles in Yakutat
Harbor, Alaska. Work includes driving a single pile in each location as
specified in the Statement of Work. The piles will be driven in
approximately 10 feet of water at mean lower low water (MLLW) as
provided in an excerpt on Chart 16761 which will be provided as part of
the Request for Quotation. Contractor shall provide and conform to the
following: Steel pipe pile conforming to ASTM A252; length 75' (or
sufficient length to provide necessary height after installation;
manufacture: seamless or welded; grade 2, size 12 3/4" O.D.; 1/2" wall
thickness (area of steel: 19.2"). Coast Guard Cutter SWEETBRIER will
be present to evaluate the final position of the structure before the
piles are driven as their placement is critical to the marking of the
waterway. The Contractor shall ensure the top of the driven pile is 10
feet above the mean higher high water (MHHW). The Contractor shall be
responsible for any excess cut pile, which shall be considered
construction debris. The piles shall be driven to the maximum depth
possible based on their length to allow proper cut off elevation or
until a blow count of 100 blows per foot is achieved, whichever occurs
first. Attach a four foot square platform (government furnished
equipment) to the top of each pile as shown on drawings. Weld an upper
and lower ladder (government furnished equipment) to the pile as shown
on the drawing. Installation of the piles must be accomplished prior to
September 30, 1999. Contractor will be given a minimum of 60 days
notice prior to the desired construction period, as construction
requires the presence of the Coast Guard Cutter SWEETBRIER. Contractor
shall coordinate the actual construction dates with the SWEETBRIER and
the Contracting Officer prior to commencement of work at the site.
Contingency Bid Item: Provide all materials, equipment, transportation
and perform labor to: Penetrate any upper layers of mud, silt, gravel,
etc. until rock layer is reached. Drill into rock layer to provide a
minimum of 7 feet of depth in rock and a minimum of 15 feet of depth
total below the mudline. Estimated Quantity: 15 feet, Unit price is for
one (1) foot increments. Quoters must submit quote on the base item and
the contingency item. FAILURE TO DO SO MAY RESULT IN REJECTION OF THE
QUOTE. The estimated quantity shown in the contingency item are
government estimates to be used for the purpose of evaluating bids and
are not purchased hereby. The contingency bid item listed in base
quote is work of such a nature that definite need or amount cannot be
determined until other work is accomplished. The contingency item shall
be awarded separately by written notice to the contractor and shall be
awarded at the unit price quoted in the contractor's bid. The unit
price will be used to adjust the contract price for any increase or
decrease in quantities, subject to the provisions of the Variations in
Estimated Quantities clause. THE GOVERNMENT SHALL PAY ONLY FOR THE
ACTUAL AMOUNT ORDERED AGAINST THE CONTINGENCY ITEM. Adjustment in unit
prices shall be negotiated for units exceeding the authorized
variations. In the event there is a difference between a unit price and
the extended total, the unit price will be held to be the intended bid
and the total recomputed accordingly. If a quoter provides a total but
fails to enter a unit price, the total divided by the specified
quantity will be held to be the intended price. The estimated cost
range of this project is between $25,000 and $100,000. The time of
completion of all work will be as stated in the request for quotation.
The work required by this solicitation is identified as Industry
Standard 1629 and the applicable size standard is $17.0 million dollars
in annual receipts for the past three years. This procurement is issued
pursuant to the Small Business Competitiveness Demonstration Program,
Public Law 100-656, as implemented by the OFPP Policy Directive and
TestPlan dated 8/31/89. This is not a small business set-aside. All
responsible sources may submit a quote which shall be considered by the
U. S. Coast Guard. Request for Quotation Packages must be received by
this office no later than 28 August 1998. For Minority, Women-Owned and
Disadvantaged Business Enterprises: The Department of Transportation
(DOT), Office of Small and Disadvantaged Business Utilization (OSDBU),
has a program to assist minority, women-owned and disadvantaged
business enterprises to acquire short-term working capital assistance
for transportation related contracts. This is applicable to any
eligible prime subcontractor at any tier. The DOT Bonding Assistance
Program enables firms to apply for quote, performance and payment bonds
up to $1.0 million per contract. The DOT provides an 80% guarantee of
the quote 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 maximum line of credit is
$500.000. For further information and applicable forms concerning the
STLP, call the OSDBU at (800) 532-1169. For information concerning the
acquisition, contact the Contracting Officer listed above. Quotations
must be submitted to this office no later than 11 September 1998.
There is NO charge for these documents. All quotations may be submitted
via facsimile (907) 463-2416. Posted 08/06/98 (W-SN233861). (0218) Loren Data Corp. http://www.ld.com (SYN# 0208 19980810\Z-0038.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|