Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 15,1999 PSA#2263

Commanding Officer, USCG Civil Engineering Unit Oakland, 2000 Embarcadero, Suite 200, Oakland, CA 94606-5337

Z -- CONSTRUCT FUEL FARM AT STATION TILLAMOOK BAY, GARIBALDI, OR SOL DTCG88-99-B-623041 DUE 030999 POC Almer Adams, Contracting Officer or Bid Issue Clerk (510) 535-7242 PRE-SOLICITATION DTCG88-99-B-623041-CONSTRUCT FUEL FARM AT STATION TILLAMOOK BAY, GARIBALDI, OR.: Furnish all labor, materials, and equipment necessary to replace the diesel fuel storage and distribution system at Station Tillamook Bay. The work includes, but is not limited to, the following: A) Install a new 3000 gallon single-wall diesel fuel tank adjacent to the existing fuel storage facility. B) Construct a concrete berm 3' -- 4" high by 8" thick, area of approximately 10'-6" x 18'-4". Provide means for draining rainwater. C) Remove existing 110 gallon diesel tank supplying generator in Station Building. Plumb generator daytank into new 3000 gallon tank using double-walled FRP pipe. D) Replace all existing fuel supply and oily waste piping running from the tanks out to the covered mooring. Replace with double-walled FRP pipe. E) Replace existing fuel dispensing reels located in the covered mooring (2 reels). Install in same location as existing. Provide improved fuel containment in case of leak at the reel. F) Replace existing fuel pump located in the pumphouse with one of similar size and capacity. G) Replace all system components (meter, strainers, valves, etc.). Drawings and specifications can be purchased on a first come, first served basis, at the rate of $20. Requests will be accepted by mail only, and must include payment in the applicable amount by Cashier's Check, Money Order or Company Check made payable to the U.S. Coast Guard. Personal Checks will not be accepted. Mailing address is: Commanding Officer, U.S. Coast Guard CEU Oakland, 2000 Embarcadero #200, Oakland, CA 94606-5337. Attn: Bid Issue Clerk. NO EXPRESS MAIL PROCEDURES WILL BE UTILIZED ON MAILINGS OF PLANS AND SPECIFICATIONS. No refunds will be made and materials need not be returned. If project is cancelled or no award is made, cost of plans and specifications will be refunded only on written request. Estimated Range is $100,000 to $250,000. The performance period is 90 calendar days after receipts of Notice to Proceed. The procurement is subject to the Small Business Competitiveness Demonstration Program and is open to large and small business participation. The applicable SIC code is 1623. Small business size standard is $17.0 million. This is an unrestricted acquisition being solicited. All responsible sources are encouraged to respond. For minority, women, and disadvantaged business enterprises: The Department of Transportation (DOT Office of Small and Disadvantage Business Utilization) has programs to assist minority, women owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates up to $500,000 per contract to provide accounts receivable financing. The Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $500,000. DOT provides an 80% guaranty on the bond amount to a surety against losses. For further information and applicable forms concerning the STLP and Bonding Assistance Program, call 1(800) 532-1169. Anticipated bid issue date is 5 February 1998, with opening date 30 days later. ONLY WRITTEN REQUESTS FOR SOLICITATIONS WILL BE ACCEPTED. PLEASE MAIL YOUR REQUESTS TO THE ATTENTION OF BID ISSUE CLERK. Posted 01/13/99 (W-SN287835). (0013)

Loren Data Corp. http://www.ld.com (SYN# 0110 19990115\Z-0003.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page