Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2006 FBO #1609
SOURCES SOUGHT

Y -- REBUILD MOBILE CHANNEL RANGES

Notice Date
4/21/2006
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami, FL, 33177-1630
 
ZIP Code
33177-1630
 
Solicitation Number
HSCG82-06-B-3WCA47
 
Small Business Set-Aside
Total Small Business
 
Description
Provide all labor, tools, materials, and equipment to demolish and install five (5) government furnished aquatic range structures and install government furnished navigation materials. The existing ranges structures to be demolished are 12? x 12? or 16? x 16? wood platforms founded on eight wood piles of 60? length and cross braced on all four faces. A description of the government furnished range structures to be installed follows: 2 range structure foundations are referred to as James River Ice Resistance Structure (JRIRS) and are composed of: 1-20? diameter steel center pile 80? in length (delivered in 40? sections), 3-12? diameter steel batter piles 80? in length (delivered in 40? sections), a 4-pile steel jacket, and steel 10?x10? platforms with fiberglass grating. The remaining 3 offshore range structure foundations are composed of: 5-18? diameter steel piles, a steel 5-pile jacket, and a steel platform with fiberglass grating. Atop these foundations are mounted modular steel towers. Structure foundations and modular towers are furnished by the Government for Contractor installation. Navigation materials, which consist of range boards, are furnished by the Government for Contractor installation. The Contractor is responsible for splicing pile lengths either at the Government Material (GM) pickup location (Coast Guard Sector Mobile) or the installation location. Approximate range of water depths in the work area is 9? to 21?. The estimated construction price range is between $1,000,000 and $5,000,000. Performance period is 60 calendar days. Bid, payment and performance bonds are required. The applicable North American Industry Class System (NAICS) 2002 code is 237990. The small business size standard is a three-year averaged annual gross receipt of $31.0 million. The solicitation in its entirety and any amendments will be available at no charge online at http://www.fedbizopps.gov under the above solicitation number. The solicitation will be available on or about May 15, 2006. To receive immediate notification of all changes and future notices posted electronically for this project, vendors should click on [Register to Receive Notification].
 
Place of Performance
Address: Mobile Bay, Alabama
 
Record
SN01032602-W 20060423/060421220547 (fbodaily.com)
 
Source
FedBizOpps 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.