Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 27,2000 PSA#2651

Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Oakland, 2000 Embarcadero, Suite 200, Oakland, CA, 94606-5000

Z -- REPLACE BOATHOUSE FUEL LINES/REPOSITION FLOATING DOCK AT ATATION QUILLAYUTE RIVER LAPUSH, WASHINGTON SOL DTCG88-00-B-623352 DUE 091900 POC Almer Adams, Contract Specialist, Phone 510-535-7243, Fax 510-535-7233, Email AAdams@d11.uscg.mil -- Teresa Leong, Contract Specialist, Phone 510-535-7284, Fax 510-535-7233, Email tleong@d11.uscg.mil WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=DTCG88-00-B-623352&LocID=491. E-MAIL: Almer Adams, AAdams@d11.uscg.mil. Furnish all labor, materials, and equipment necessary to remove/dispose/replace the existing diesel fuel and gasoline distribution system and reposition the existing exterior floating dock at Station Quillayute River. The work includes, but is not limited to, the following: (A) Remove/dispose of the following: unused diesel fuel line, existing diesel fuel line including the underground line running from the tank to the pumphouse(and return line back to the tank), from the pumphouse to the walkway where it surfaces, then along the walkway to the containment boxes and equipment, existing gasoline line both underground and aboveground, containment box and equipment, and existing concrete pad. Removal/Disposal shall minimize down time of the entire system. (B) Fabricate and install a new double walled steel diesel fuel line. The line shall be a 4_ containment and 2_ carrier line from the tank to the pumphouse(and return line back to the tank) and from the pumphouse to the elbow where it surfaces and a 3_ containment and 1_ carrier from this point to the containment boxes. There shall be a 2_ to 1_ reducer connecting the two lines. Include an isolation valve for each dock; the exterior dock isolation valve shall be located North of the new position of the floating dock. Both docks shall be outfitted with a new containment box and equipment. The interior dock line shall run along the timbers inside the covered moorings and connect to the new containment box and equipment. (C) Fabricate and install a new double walled (3_ containment and 1_ carrier) gasoline line from the pump to the exterior dock. This includes the underground portion running from the pump to the walkway. Fabricate and install a new containment box and equipment on the North side of the exterior floating dock. (D) Pull the existing Southern piles on the exterior float. Provide a condition report on the existing piles and suitability for re-use. Re-drive the existing piles 5_-6_ North of the existing Northern piles. Reposition the floating dock and gangway to this new location. Remove the existing conduit, wiring, and shoretie receptacles for reinstallation at the new gangway location. Rebuild the walkway and railing at the removed gangway location. Reinstall the gangway at the new location, securing it in the same manner as the previous location. Provide/Install additional electrical cable to accommodate the gangway move. Provide/Install an additional 1_ galvanized steel water line to extend to the new location. Replace the existing phone cable from the boathouse to the new gangway location. (E) The existing leak detection system for the diesel fuel line shall be inspected for proper operation. A report of findings shall be provided to the Contracting Officer. If operating properly, this system shall be reused with the new Diesel Fuel Line (using the existing trench then refilling the trench). If not operating properly a new system shall be procured, installed, and tested. See contingency Item 2. Provide a similar system for the gasoline fuel systemwith an alarm similar to the Diesel located in the pumphouse. In addition, both systems shall be outfitted with a red strobe light mounted on top of the pumphouse (F) Install shoretie receptacles for two MLB 47_ vessels and associated feeders in accordance with plans and specifications. Reinstall existing conduit, wiring and shoretie receptacle for use with existing vessels. Extend conduit and wiring to position the shoretie receptacles as required The period of performance is 60 days after Notice to Proceed. This procurement is estimated between $25,000.00 and $100,000.00 and is open to both small and large business in accordance with the Small Business Competitiveness Demonstration Program. The SIC code for this procurement is 1629. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Our office no longer issues solicitation or amendments in paper form. Instead they may be 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. This solicitation can be downloaded from the http://www.eps.gov on approximately 18 August 2000. If it does not appear on that day, please check back daily.The due dates for quotes will be approximately 19 September 2000. This date is estimated and may change. All responsible sources are encouraged to respond. ATTENTION: Minority, Women-owned, and Disadvantaged business enterprises: The Department of Transportation (DOT Office of Small and Disadvantage Business Utilization) offers working capital financing and bonding assistance for transportation-related contracts. DOT_s Bonding Assistance Program (BAP) offers bid, performance and payment bonds 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: Posted 07/24/00 (D-SN478232). (0206)

Loren Data Corp. http://www.ld.com (SYN# 0363 20000727\Z-0099.SOL)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |


Created on July 25, 2000 by Loren Data Corp. -- info@ld.com