|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19,1999 PSA#2479Commanding Officer, USCG Civil Engineering Unit Oakland, 2000
Embarcadero, Suite 200, Oakland, CA 94606-5337 Z -- REPLACE PNEUMATIC CONTROLS AT STATION GRAYS HARBOR, WESTPORT, WA
SOL DTCG88-00-B-623055 DUE 122999 POC Almer Adams, Contracting Officer
or Bid Issue Clerk (510) 535-7242 DTCG88-00-B-623055-REPLACE PNEUMATIC
CONTROLS AT STATION GRAYS HARBOR, WESTPORT, WA.: Furnish all labor,
materials, and equipment necessary to remove the heating/ventilating
pneumatic control system in the Galley/Admin/Berthing Building and
Boathouse Building at Station Grays Harbor. The work includes, but is
not limited to the following: A. GALLEY/ADMIN/BERTHING BUILDING: 1)
Remove all pneumatic control components. 2) Replace
filter/damper/mixing box section of central station air handlers AHU-A1
and AHU-A2. 3) Replace 3-way mixing valve at heating coil of AHU-A1 and
AHU-A2. 4) Replace 3-way mixing valve at hot water storage tank in the
boiler room. Remove heat exchanger from tank. Inspect, clean, flush,
and hydrostatically test tube bundle. Replace, if necessary. 5) Replace
existing Burnham Model FDO-307-W hydronic boiler with new. Replace
chemical pot feeder. Install in accessible location. 6) Replace all
baseboard and cabinet convectors. Provide individual temperature
control via non-electric temperature sensor and modulating valve. B.
BOATHOUSE/EQUIPMENT BUILDING: 1) Remove all pneumatic control
components. 2) Remove ceiling mounted air handlers AHU-B1 and AHU-B2 in
Boat Haulout, Room 301. Remove heating hot water supply and return
piping from air handlers back to Room 304. Provide new wall-mounted
hydronic unit heaters in place of AHU-B1 and AHU-B2. 3) Provide
wall-mounted electric room thermostats for entry heaters AHU-B3 and
AHU-B4. 4) Provide each baseboard convector with non-electric
temperature sensor and modulating valve. Drawings and specifications
can be purchased on a first come, first served basis, at the rate of
$25. Requests will be accepted by mail only, and must include payment
in the applicable amount by Cashier's Check, Money Order or Company
Check made payable to the U.S. Coast Guard. Personal Checks will not be
accepted. Mailing address is: Commanding Officer, U.S. Coast Guard CEU
Oakland, 2000 Embarcadero #200, Oakland, CA 94606-5337. Attn: Bid
Issue Clerk. NO EXPRESS MAIL PROCEDURES WILL BE UTILIZED ON MAILINGS OF
PLANS AND SPECIFICATIONS. No refunds will be made and materials need
not be returned. If project is cancelled or no award is made, cost of
plans and specifications will be refunded only on written request.
Estimated Range is $100,000 to $250,000. The performance period is 120
calendar days after receipts of Notice to Proceed. 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 1799. Small business size standard is $7.0 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 29 November 1999,
with opening date 30 days later. ONLY WRITTEN REQUESTS FOR
SOLICITATIONS WILL BE ACCEPTED. PLEASE MAIL YOUR REQUESTS TO THE
ATTENTION OF BID ISSUE CLERK. Posted 11/17/99 (W-SN401631). (0321) Loren Data Corp. http://www.ld.com (SYN# 0106 19991119\Z-0007.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|