|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1999 PSA#2413Commanding Officer, USCG Civil Engineering Unit Oakland, 2000
Embarcadero, Suite 200, Oakland, CA 94606-5337 Z -- REMOVAL, REBUILDING, AND INSTALLATION OF AID-TO-NAVIGATION (ATON)
STRUCTURES IN SAN FRANCISCO, SAN PABLO, SUISUN BAYS AND SACRAMENTO &
SAN JOAQUIN RIVERS SOL DTCG88-99-B-623B06 DUE 101499 POC Janice M.
McAroy, Contract Specialist or Bid Issue Clerk (510) 535-7242
PRE-SOLICITATION NOTICE: DTCG88-99-B-623B06-REMOVAL, REBUIDING, AND
INSTALLATION OF AID-TO-NAVIGATION (ATON) STRUCTURES IN SAN FRANCISCO,
SAN PABLO, SUISUN BAYS AND SACRAMENTO & SAN JOAQUIN RIVERS: Furnish all
labor, materials, transportation, and equipment necessary to accomplish
work installing, replacing, or removing aid-to-navigation (ATON)
structures in the three geographic areas. A Delivery Order that
requires the removal of a damaged ATON structure may not necessarily
require a replacement because operational evaluations may indicate an
ATON structure is no longer required at a particular location. Damaged
ATON structures to be removed may be fabricated from steel, wood, or
concrete. Replacements and installations shall require either a
single-pile, multi-pile, or Collision Tolerant Pile steel structure.
Delivery Orders may also involve the removal of a temporary buoy that
has been set by the Coast Guard at a damaged ATON structure. A geodetic
survey with a minimum accuracy level of Third Order, Class 1 shall be
performed; and a report shall be prepared for each ATON structure
installed. Drawings and specifications can be ordered or picked up in
person from East Bay Blue Print and Supply, 1745 Fourteenth Ave.,
Oakland, CA 94606. Phone: (510) 261-2990. There will be a
non-refundable fee for plans and specifications. PLANHOLDERS LISTS WILL
BE AVAILABLE FROM EAST BAY BLUE PRINT AND SUPPLY BY FAXING YOUR
REQUESTS TO (510) 261-6077. PLANS ARE NO LONGER AVAILABLE FROM THE U.S.
COAST GUARD OFFICE. Estimated Range is $250,000 to $500,000. The
performance period is October 1, 1999 September 30, 2000 plus two
option years. 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 10 September 1999, with opening date 30 days later. Posted
08/17/99 (W-SN368793). (0229) Loren Data Corp. http://www.ld.com (SYN# 0169 19990819\Z-0005.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|