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
|
|
|