Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOLICITATION NOTICE

X -- Yankeetown FL Interim Dock

Notice Date
2/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713930 — Marinas
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami, Florida, 33177-1630, United States
 
ZIP Code
33177-1630
 
Solicitation Number
HSCG82-16-1-0027
 
Archive Date
4/15/2016
 
Point of Contact
Rod Vandervoort, Phone: 305-278-6765
 
E-Mail Address
rod.vandervoort@uscg.mil
(rod.vandervoort@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUIREMENT: The United States Coast Guard is seeking to acquire via lease a dock on the Cross-Florida Greenway Barge Canal capable of providing mooring for a 45' RB-M (Response Boat Medium) DELINEATED AREA/DETAILS: Waterfront property located on the Cross-Florida Barge Canal, hereafter referred to as the Canal, with the nearest township being Yankeetown Florida. Site must be accessible by vehicle via land and water and include parking for up to 3 (three) government owned vehicles to support station personnel and crews. The site is to be located on the Canal west of the Cross-Florida Greenway Barge Canal locks located on or around the intersection of the Canal and SE 90th Avenue with a maximum transit time via RB-M from the proposed site to the Gulf of Mexico not to exceed 15 minutes as constrained by 25mph Manatee Zone. EXPRESSIONS OF INTEREST: Must be submitted in writing and should include, at a minimum, how the site meets or can be made to meet, the requirements as outlined herein. Provide proof of property ownership and/or authority to enter into a leasehold contract with the Government on behalf of the Owner. Provide a recent structural survey, if available, and any maintenance deferred or otherwise affecting the dock and/or its location. Include detailed information addressing the criteria as listed below. CRITERIA: Site proposals will be ranked based on the following: 1. Geographic location: Within the above delineated area. Provide a map indicating location. Site must allow continuous access to a minimum channel depth of 8' from the proposed site to the Gulf of Mexico. A maximum drive time distance from the existing USCG Station to the proposed site of 5 miles concurrent with a maximum transit time of 15 minutes. Maximum transit time from the proposed site to Gulf of Mexico: Not more than 15 minutes, as constrained by 25mph Manatee zones. 2. Term: Mission needs restrict consideration to properties available for short term leases proposals. Short term lease proposals with options to extend preferred. 3. Site access: Preference will be given to properties with established, well-maintained roadway access. Parties indicating a willingness to make improvements and provide such access if not currently available will be give similar preference. 4. Fueling: In the event the site does not have on-site fueling tanks the site must be accessible by diesel tanker truck for refueling purposes. 5. Elevation: To code 6. Life-cycle costs: Preference will be given to properties that present opportunities to reduce the overall lifecycle cost. 7. Environmental impact/restrictions: Preference will be given to properties where operations will result in less negative environmental impact and locations without costly environmental restrictions. These considerations include ease of obtaining environmental permits, such as those issued by the Army Corps of Engineers, and any associated mitigations and implementation costs. 8. Dock Space: Adequate dock space to support an RB-M (60' with 7 cleats spaced at least 10' apart with one on each end of the dock structure). 9. Mooring Depth at Dock: Minimum depth at dock of 6' 1" measured at extreme low tide 10. Parking: Adequate road and parking for up to 3 (three) government owned vehicles to support station personnel and crews. Dirt lots or unimproved land is not acceptable. 11. Utilities: Adequate Electric shore tie to Support RB-M (100amp @ 120VAC) 12. Improvements: Adequate lighting in the dock and parking areas to provide a safe, secure working environment. If not currently existing, Lessor must be agreeable to install or allow the USCG to install and maintain any physical security/lighting/fencing/monitoring etc....equipment it deems necessary for the safety and security of the RB-M (Response Boat Medium) as well as its crew, mission and operation of the RB-M. 13. Potable Water: Accessible source of potable water at the dock. 14. Boat Lift: USCG preference will be given to proposal showing capability to install and maintain a boat lift for the proposed use of a 45' RB-M (Response Boat Medium) fully fueled and loaded. All associated expenses and alterations will be the responsibility of the Lessor/Owner and should be broken out as a separate line item in the submittal. An IGE will be required to determine proposed costs are fair and reasonable. Complete specifications available upon request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUM/HSCG82-16-1-0027/listing.html)
 
Place of Performance
Address: See delineated area under 'Description', Yankeetown, Florida, United States
 
Record
SN04033122-W 20160228/160226235015-c89a326c589b9022cf9f16f58dd2d82a (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.