Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2002 FBO #0117
SOLICITATION NOTICE

Z -- Puget Sound ATON Replacement at Puget Sound - Northern Part, WA

Notice Date
3/27/2002
 
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-623124
 
Response Due
5/14/2002
 
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 three aids to navigation in Northern Puget Sound, WA. The work includes, but is not limited to, the following: A. Install a new 3-pile aid to navigation as Agate Passage Light 2, LLNR 17930, position 47-43-18.846N, 122-33-22.20W. B. Demolish and remove the existing Agate Passage Light 2 at position 47-43-24N, 122-33-24W. C. Remove the existing red nun buoy, chain, and sinker that make up Agate Point Buoy 2A (LLNR 17935) in position 47-43-18.846N, 122-33-22.20W, remove the marine growth, and return them to the USCG moorings in Everett, WA. D. Demolish and remove the existing eleven-pile Creosote Light 1 in position 47-36-58N, 122-29-48W. Disconnect the existing sub cable and provide protection to prevent water intrusion into the cable. Install the new Creosote Light 1 at the same position as the former light. Re-install the existing sub cable at Creosote Light 1 and provide cable slack at the foot of the pipe pile. Place the end of the sub cable onto the new platform ready for USCG termination to the aid equipment. E. Demolish and remove the existing shore-based Point Hudson Light 4 in position 48-07-00N, 122-44-54W to include the existing chain-link fence and concrete fence post footings. Disconnect and remove the existing shore cable. Install the new Point Hudson Light 4 in position 48-07-02N, 122-44-50W or in a position adjacent to this position as directed by USCG ANT Puget Sound. F. Trench for the existing power pole at the former Point Hudson Light 4 to the mean lower low water mark nearest the new Point Hudson Light 4. Bury the portion of the sub cable from the power pole to the mean lower low water mark. Cover the remaining exposed cable above MLLW with 50-lb concrete bags. See Drawings. G. Install an additional 500 feet of sub cable, government furnished, from the former Point Hudson Light 4 location to the new light location. Provide and install a new water and moisture proof junction box to splice the new and existing sub cables. Use a waterproof splice kit for moisture and water-logging protection. Place the end of the sub cable onto the new platform ready for USCG termination to the aid equipment. H. Perform a geodetic survey with minimum accuracy level of third order, class 1 and prepare a report for Point Hudson Light 4. No survey is required for Agate Pass 2 or Creosote Light 1. I. 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. J. 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. K. USCG ANT Puget Sound will remove all aid-to-navigation equipment from each aid prior to demolition and will re-install the equipment once construction is complete. 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 12 Apr 2002. If it does not appear on that date, please check back daily. Due dates for quotes will be 14 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: ANT Puget Sound, Puget Sound and Northern Part, Washington
 
Record
SN00049084-W 20020329/020327213203 (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.