Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2004 FBO #0977
SOLICITATION NOTICE

Z -- NORTH PUGET SOUND AIDS-TO-NAVIGATION (ATON) REPLACEMENT

Notice Date
7/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
DHS - Direct Reports, 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
HSCG88-04-B-623468
 
Response Due
9/21/2004
 
Point of Contact
Teresa Leong, Contract Specialist, Phone 510-535-7284, Fax 510-535-7233, - Joyce Groda, Contract Specialist, Phone 510-535-7243, Fax 510-535-7233,
 
E-Mail Address
TLeong@d11.uscg.mil, JGroda@d11.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. Furnish all labor, materials, and equipment necessary to replace ten(10) aids-to-navigation (ATON) in the Northern Puget Sound Area, Washington and clear the vegetation between front and rear ranges structures of Snohomish River Ranges (four ranges total) at Everett Harbor, Washington. The work includes, but is not limited to, the following: Swinomish Channel South Entrance Light 11 (LLNR-18815): Demolish and remove the existing 5-pile wood structure. Fabricate and install standard three-pipe pile steel structure with 5?x5? platform, fiberglass grating, two(2) ladder extensions and lantern stand; Swinomish Channel North Entrance Light 2 (LLNR-19075): Demolish and remove the existing 5-pile wood structure. Fabricate and install standard three-pipe pile steel structure with 5?x5? platform, fiberglass grating, two(2) ladder extensions and lantern stand; Blakely Island Light 4 (LLNR-19415): Demolish and remove the existing 4-pile wood structure. Fabricate and install standard three-pipe pile structure with 5?x5? platform, fiberglass grating, three(3) ladder extensions and stand;Village Point Light 18 (LLNR-19525): Demolish and remove the existing skeleton steel structure. Fabricate and install standard three-pipe pile steel structure with 5?x5? platform, fiberglass grating, two(2) ladder extensions and lantern stand; Kilisut Harbor Daybeacon 8 (LLNR-17615): Fabricate and install standard single-pipe pile steel structure with 5?x5? platform, fiberglass grating, two(2) ladder extensions and lantern stand; Swinomish Channel South Entrance Daybeacon 10A (now #14) (LLNR-18817): Demolish and remove the existing 4-pile wood structure. Fabricate and install standard single-pipe pile steel structure with 5?x5? platform, fiberglass grating, two(2) ladder extension and lantern stand; Swinomish Channel South Entrance Light 16 (LLNR-18840): Demolish and remove the existing 5-pile wood structure. Fabricate and install standard single-pipe pile steel structure with 5?x5? platform, fiberglass grating, two(2) ladder extensions and lantern stand; Swinomish Channel North Entrance Light 26 (LLNR-19136): Demolish and remove the existing 5-pile wood structure. Fabricate and install standard single-pipe pile steel structure with 5?x5? platform, fiberglass grating, two(2) ladder extensions and lantern stand; Orchard Rocks Daybeacon (LLNR-18055): Demolish and remove the existing single-pile structure including the concete base. Fabricate and install single-pile steel pedestal structure on a concrete base foundation with 5?x5? platform, fiberglass grating, one(1) ladder extension and lantern stand; Lawson Rock Danger Daybeacon (LLNR-19410): Demolish and remove the existing single aluminum pile structure. Fabricate and install single-pile steel pedestal structure on a concrete base foundation with 5?x5? platform, fiberglass grating, one(1) ladder extension and lantern stand. The estimated cost of this procurement is between $250,000 to $500,000 (CONSTRUCTION BIDS ONLY). Performance period is 120 calendar days after receipt of Notice to Proceed. This project is 100% Small Business Set-Aside. The applicable NAICS code is 234990. Small Business size standard is $27.5 million. All responsible small businesses may submit a proposal, which will be considered. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Our office no longer issues solicitations or amendments in paper form. Instead they may be accessed at the following website: (http://www.fedbizopps.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 (http://www.fedbizopps.gov/) on approximately 22 August 2004. If it does not appear on that date, please check back daily. The date set for receipt of proposals is approximately 21 September 2004. This date is estimated and may change. For security reasons all Coast Guard Drawings are available through the Federal Technical Data Solution (FedTeDS) which will have a separate link on the FedBizOpps webpage identified as Technical Data Package. Offerors will need to register with FedTeDS and receive a user name and password to be able to download Coast Guard Drawings. ATTENTION: Minority, Women-Owned and Disadvantaged Business Enterprises (DBE's) The Department of Homeland Security (DHS), offers working capital financing and bonding assistance for transportation related contracts. DHS's Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000. DHS'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: North Puget Sound Area, WA
 
Record
SN00631723-W 20040730/040728211545 (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.