Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2002 FBO #0103
SOLICITATION NOTICE

Z -- Northwest Washington Aids to Navigation Replacement at Neah Bay and La Push, Washington

Notice Date
3/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Oakland, 2000 Embarcadero Suite 200, Oakland, CA, 94606-5000
 
ZIP Code
94606-5000
 
Solicitation Number
DTCG88-02-B-623112
 
Response Due
5/2/2002
 
Point of Contact
Teresa Leong, Contract Specialist, Phone 510-535-7284, Fax 510-535-7233, - Almer Adams, Contract Specialist, Phone 510-535-7243, Fax 510-535-7233,
 
E-Mail Address
TLeong@d11.uscg.mil, AAdams@d11.uscg.mil
 
Description
Furnish all labor, materials, and equipment necessary to replace four aids to navigation at La Push and Neah Bay, WA; replace the timber pier at Wa?adah Island, Neah Bay, WA; and brace the steel pipe piles at USCG Station Neah Bay, WA. The work includes, but is not limited to, the following: A.Install a new 3-pile aid to navigation as Neah Bay Light 4, LLNR 16165, in position 48-22-31.503N, 124-36-01.64W. B.Replace the deck and stringers of the access pier to Wa?adah Island in Neah Bay, WA. Do not perform this work without the express permission of the contracting officer, indicating that the Coast Guard has received permission from the Makah Tribe to perform the work. C. At USCG Station Neah Bay, add six 10-foot steel pipe pile extensions to the existing inboard pile lines, fill all existing steel piles with concrete, and add new timber cross-bracing to the steel pipe pile pairs. The single existing mooring pile, as shown in drawing 13-O00094 Sheet C3 is not part of this contract. D. At La Push, WA, demolish and remove the existing 5-pile timber Quillayute River Boat Basin Lights 1 and 2. Install two new 3-pile steel aids in their places. Light 1 (LLNR 16105) is in position 47-54-37N, 124-38-16W, and Light 2 (LLNR 16110) is in position 47-54-37.14N, 124-38-17.22W. E. At La Push, WA, remove the existing 3-pile steel Quillayute River Entrance Light 3 (LLNR 16095) and return the aluminum top basket to USCG ANT Puget Sound. Install a new 4-pile steel structure with steel skeleton tower in position 47-54-27.12N, 124-38-40.50W. F. Perform a geodetic survey with minimum accuracy level of third order, class 1 and prepare a report for Quillayute River Entrance Light 3. G. Acquire a Hydraulic Project Approval for all work from the Washington Dept. of Fish and Wildlife, using the JOINT AQUATIC RESOURCES PERMIT APPLICATION FORM (JARPA) prior to performing the work. The JARPA and instructions for using the JARPA can be found in Appendix A. H. Digitally photograph each aid to navigation from three different viewpoints after completion. The three viewpoints shall be a minimum of 90 degrees from each other around the aid. Photographs of Wa?adah Island pier and USCG Station Neah Bay are not required. I. USCG ANT Puget Sound will remove the aids-to-navigation equipment from each aid prior to demolition and will re-install the equipment and re-light each aid. The estimated cost of this procurement is between $100,000 and $250,000. Performance period is 90 calendar days after receipt of Notice to Proceed. This procurement is subject to the Small Business Competitiveness Demonstration Program and is open to large and small business participation. The applicable NAICS code is 234990. Small Business size standard is $27.5 million. All responsible sources may submit a bid, which will be considered. The solicitation can be downloaded from (http://www.eps.gov/) on approximately 02 April 2002. If it does not appear on that date, please check back daily. Due dates for quotes will be 02 May 2002. This date is estimated and may change. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Our office no longer issues solicitations or amendments in paper form. Instead they maybe 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. ATTENTION: Minority, Women-Owned and Disadvantaged Business Enterprises (DBE's) The Department of Transportation (DOT), offers working capital financing and bonding assistance for transportation related contracts. DOT's Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts 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: http://osdbuweb.dot.gov.
 
Place of Performance
Address: Neah Bay and La Push, Washington
 
Record
SN00042035-W 20020315/020313213201 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.