Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2007 FBO #1929
SOLICITATION NOTICE

Z -- Washington Island, WI; Construct Fixed ATON at USCG Aids to Navigation Team, Washington Island, WI.

Notice Date
3/7/2007
 
Notice Type
Solicitation Notice
 
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 Cleveland, 1240 East 9th Street, Cleveland, OH, 44199-2060, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG83-07-B-3WT207
 
Small Business Set-Aside
Total Small Business
 
Description
Provide all necessary labor, material, transportation, equipment and supervision required to construct fixed aids to navigation structures along the Detroit Harbor Entrance Channel, Washington Island, Wisconsin. Major items of work shall include the following: 1.1 Remove the existing buoys and sinkers and survey positions for the new light structures located at the original buoy locations as shown. Surveys shall be performed by a State of Wisconsin licensed marine surveyor. Buoys and sinkers shall be salvaged and delivered to Milwaukee. 1.2 Fabricate and install the new steel collar foundations, including ladder rungs, grab handles and related components and the new NAVAID poles. Fabrication shall include all cutting fitting, welding, and assembly. Fitting and welding of interior rebar shall be included. 1.3 Drive the center piles for each structure at their respective structure locations. Drive the perimeter piles around the center pile, keeping the pile configuration aligned with the channel. Piles shall be driven to full depth. 1.4 Install the collars around the piles, aligned as shown. Push the collars into mudline as necessary to attain the elevations indicated. The collars shall be level and aligned with the channel. Drill the piles and insert rebar dowels to attach to interior rebar framing as shown. 1.5 Place stone fill inside the collars to the elevation indicated. Stone shall be consolidated and worked around interior piles and framing. Assure collar is not damaged or knocked out of alignment during stone placement. 1.6 Place concrete within the steel collars and crown the tops as indicated. Assure anchor bolts and grab handles are secured in place prior to placement of concrete. Anchor bolts, with supporting rebar ties, shall be inset in the concrete. Temporarily support the anchor bolt assembly until concrete is placed. Anchor bolts shall be aligned with the existing tower anchor bolt pattern. 1.7 Install the NAVAID poles and connect to anchor bolts. Use leveling nuts to level poles and egrout beneath NAVAID pole bases with non-shrink grout as indicated. Coordinate the installation of navigational aid equipment with Milwaukee. The period of performance is 135 days. This procurement is estimated between $250,000.00 and $500,000.00. This procurement is a Total Small Business Set-Aside. The NAICS code for this procurement is 237990 with a size standard of $31.0M. All responsible sources may submit an offer that will be considered by the agency. Contractors must be registered in ORCA under the NAICS Code of 237990 in order to be eligible to receive the award. All responsible sources may submit an offer that will be considered by the agency. NO TELEPHONE OR WRITTEN REQUESTS WILL BE ACCEPTED. When available, the solicitation documents will be available for download exclusively from the Internet by accessing the Government-wide Federal Business Opportunities (FedBizOpps) website at: http://www.fbo.gov. Interested parties are encouraged to register at the website to be notified when information on this project is uploaded. The bidders list will be made available when the solicitation is uploaded. To obtain this information, click on the Interested Vendors List (IVL). Any amendments issued to this solicitation will be posted solely on these websites. NOTE: For security reasons, the Coast Guard now distributes the Technical Data Package (TDP) portion of solicitations through Federal Technical Data Solutions (Fed/TeDS) website. In order to obtain the TDP, the contractor is required to register in the Central Contractor Registration (CCR) database and have a Marketing Partner Identification Number (MPIN). For information on CCR and the MPIN, access the website at: http://www.ccr.gov/vendor/cfm.
 
Place of Performance
Address: WASHINGTON ISLAND, WI.
Zip Code: 54308
Country: UNITED STATES
 
Record
SN01245473-W 20070309/070307220414 (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.