Federal Bid

Last Updated on 30 Aug 2006 at 4 AM
Solicitation
Saint petersburg Florida

Y -- REBUILD TAMPA BAY CUT K UPPER RANGE STRUCTURE FOR AIDS TO NAVIGATION TEAM ST. PETERSBURG, FL

Solicitation ID HSCG82-06-B-3WCA36
Posted Date 13 Jun 2006 at 4 AM
Archive Date 30 Aug 2006 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Ceu Miami(00082)
Agency Department Of Homeland Security
Location Saint petersburg Florida United states 33701
PRE SOLICITATION NOTICE: THIS PROJECT IS SET ASIDE FOR CERTIFIED TOTAL SMALL BUSINESS CONCERNS:: The project work location is the U.S. Coast Guard Tampa Bay, FL. The project work includes furnishing all labor, tools, equipment and labor to rebuild one Range Rear Light (RRL) structure and modify existing range front light structure to fit new navigational equipment. Structures are located in Tampa Bay south of the Gandy Bridge. Provide new support structure for the Rear Range Light. Support Structure shall be composed of five 18 inch diameter steel pies with a 20 inch diameter pile jackets, and a 12’-10” X 12’-10” steel platform with fiberglass grating. Locate and drive 18” diameter tubular piles. Approximate water depth ranges from 16 feet for the Rear Range Light. Install and weld steel platform to steel tubular piles. Install and fasten Coast Guard Standard modular tower sections to support structure platform. Modular tower is approximately 50 feet tall. Install safety climb rails onto modular tower, Modular tower sections and safety climb rail will be Government Furnished Equipment (GFE). Install new navigational equipment, i.e. lanterns, batteries, solar panels, charge controller, which will also be GFE. Remove old modular tower and support structure. Existing structure has concrete filled piles. Estimated price range is between $250,000 and $500,000. Performance period is 120 calendar days from notice to proceed. 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 million. Bid, payment and performance bonds are required. BID OPENING DATE IS AUGUST 1, 2006 AT 2:00 PM. Hard copies of the solicitation are not available. SOLICITATION IN ITS ENTIRETY WILL BE AVAILABLE ON LINE AT: http://www.fedbizopps.gov under the above solicitation number. All amendments and pertinent information will be available at this website. Register for the solicitation package in order to receive any changes posted electronically. To receive immediate notification of all changes and future notices posted electronically for this project; vendors should click on “Register to Receive Notification”. All vendors interested in teaming or subcontracting for this solicitation should click on “Register as Interested Vendor”. In order to view a “Bidder’s List”, interested parties should click on “View List of Interested Vendors”. No telephone or written requests shall be accepted. In accordance with FAR Case 2002-24, Federal Acquisition Circular (FAC) 2001-26, and FAR Subpart 4.12 - Annual Representations and Certifications, the use of ORCA will become mandatory as of January 1, 2005. ORCA is available through the Business Partner Network (BPN) at . Contractors will use ORCA to electronically submit annual Representations and Certifications (Reps & Certs). Contractors will no longer be required to submit hard copies of their Reps & Certs with each proposal. For contractors to be able to upload their Reps & Certs to ORCA, they must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN).
Bid Protests Not Available

Similar Past Bids

Petersburg Alaska 23 Aug 2016 at 6 PM
Petersburg Alaska 06 Oct 2020 at 7 PM
Petersburg Alaska 15 Jun 2021 at 4 PM
Petersburg Alaska 09 Jun 2021 at 11 PM
Petersburg Alaska 17 Dec 2020 at 8 PM