C&D RFPs (Request for Proposal) for the Week

Several demolition jobs are listed in this week's RFPs.

Carpet and Ceiling Tiles

Presolicitation Notice

Solicitation Number: Reference-Number-FQ4488317102

Classification Code: P -- Salvage services

Set Aside: Total Small Business

Contracting Office Address: Department of the Air Force, Air Mobility Command, 43rd CONS, 1443 Reilly Rd Suite C, Pope AFB, NC, 28308-2896

Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.

This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The reference number is FQ4488317102 and the solicitation is issued as a request for quotation (RFQ). (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2002-14. (iv) This solicitation is 100% set-aside for small business concerns. The associated NAICS code is 541990 and small business size standard is $6,000,000.00. (v) This requirement consists of one line item.

This requirement is for Carpet and Ceiling Tiles Renovation. The required services include providing the removal, purchase, and installation of 520 SY of carpet, and the replacement of 504 SF of ceiling tiles, in accordance with the Statement of Work, dated 26 June 2003. (vii) The expected period of performance of any resulting contract will be 14 days. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this solicitation. Paragraph (a) of FAR 52.212-2 is added to read: "Best value and the technical ability to meet all requirements outlined in the Statement of Work." The contractor certifies that it meets all requirements by submitting a quotation. The contractor shall provide references or documents to verify that their workers meet all requirements of the solicitation.

This solicitation is issued under lowest price technically acceptable procedures. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be obtained from http://farsite.hill.af.mil.  The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Paragraph (f) of FAR 52.212-4 is added to read: "An individual worker's sick day is not considered an excusable delay." (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition.

The following FAR clauses identified at paragraph b of FAR 52.212-5 is considered checked and is applicable to this acquisition: (11-16), (18), (21), and (24). The following FAR clauses identified at paragraph c of FAR 52.212-5 is considered checked and is applicable to this acquisition: (1) and (2). The Department of Labor Wage Determination Number 1994-2393, revision number 25 applies to this acquisition. A copy of the Wage Determination will be provided by request. (xiii) Not used. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Commerce Business Daily numbered note 1 applies to this acquisition. (xvi) A site visit is scheduled for Thursday, July 17, 2003 at 9:30 a.m EST. Interested persons should contact A1C Grillo at 910-394-6256, prior to Wednesday, July 16, at 2:00 p.m EST. The solicitation due date is Thursday, Jul 24, 2003, at 3:00 p.m EST. (xvii) The assigned Contracting Specialist is A1C Gabriel Grillo. You may fax your proposals to A1C Grillo at 910-394-6279. If you have any questions, contact Gabriel.Grillo@pope.af.mil.

Original Point of Contact: Gabriel Grillo, Contract Specialist, Phone (910) 394-6256, Fax (910) 394-6279, Email Gabriel.Grillo@pope.af.mil.

Fremont Point Tower Removal and Salvage

Presolicitation Notice

Solicitation Number: R602-03-0029

Set Aside: Total Small Business

Contracting Office Address: Department of Agriculture, Forest Service, R-6 Southeastern Oregon ZAP, Fremont NF, 1301 South G Street, Lakeview, OR, 97630

Description: Fremont Point Tower is a steel lookout tower 75 feet tall. Contractor shall bring on site a crane with sufficient reach to dismantle tower top down. All steel tower pieces must be removed from the site, including stairs, guy wires, and cab. Cab measures 7 feet by 7 feet insize, and is of wood construction. The tower's concrete footings shall remain in place and undisturbed. All State OSHA safety regulations for working on tall towers must be followed.

Original Point of Contact: Bob Gibbs, Contract Specialist and Agreements, Phone (541) 947-6226, Email bgibbs01@fs.fed.us - Patti Shuffield, Procurement Technician , Phone (541) 947-6228, Fax 541-947-6242, Email pshuffield@fs.fed.us.

Storage Tank Demolition

Presolicitation Notice

Solicitation Number: F32605-03-Q-0056

Contracting Office Address: Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, ND, 58205

Description: Description of work is as follows: Contractor will furnish all plant, labor materials, equipment, supplies and supervision necessary to empty, clean and remove fuel storage tanks. Liquids will be properly disposed of off base. Contractor will take 5 soil samples and analyze for benzene, toluene, ethyl benzene and total xylenes.

The Contractor shall remove four double-walled fiberglass Underground Storage Tanks (UST)s (443-1, 606-1-2, 634-1-2, and 635-1-2) located at the buildings for which the UST is identified. The Contractor shall empty and clean each UST by removing all liquids and accumulated sludges (NDAC 33-24-08-61.2) and provide proper disposal of the liquids off base.

The Contractor shall also provide services and materials to assess the site for the presence of a release where contamination is most likely to be present at the UST site (NDAC 33-24-08-62.1). The Contractor shall screen excavated soils for contamination (> 10.0 ppm TPH) and transport all petroleum-contaminated soils (PCSs) to the GFAFB land treatment facility (LTF). Uncontaminated soils (< 10.0 ppm) will be stockpiled at the UST site and used for backfill. Award will be made based on price. Magnitude of this project is between $25,000 and $100,000. All prospective offerors are required to be registered in the Central Contracting Registration (CCR) database. More information regarding the CCR database can be found at http://www.ccr.gov.

The anticipated issue date of solicitation will be on or about 25 July 2003. The solicitation will be available for viewing and downloading on the Government Electronic Posting Systems (EPS) at www.eps.gov.

Any questions can be directed to MSgt Scott Petrin ph 701-747-5284 e-mail scott.petrin@grandforks.af.mil, or SSgt Jonathan Dittmer ph 701-747-5682 e-mail jonathan.dittmer@grandforks.af.mil.

Original Point of Contact: Scott Petrin, Contract Specialist, Phone (701) 747-5284, Fax (701) 747-4215, Email scott.petrin@grandforks.af.mil - Jonathan Dittmer, Contract Specialist, Phone (701) 747-5682, Fax (701) 747-4215, Email jonathan.dittmer@grandforks.af.mil.

Davis Lake Bathhouses, Demolition and Removal of Two Existing Bathhouses and Construction of Two New Bathhouses

Presolicitation Notice

Solicitation Number: FS-WOC-03-506JC

Contracting Office Address: Department of Agriculture, Forest Service, R8/R9 Western Operations Center-Procurement, A.H. McCoy Federal Bldg., Ste. #1141 100 W. Capitol St., Jackson, MS, 39269-1199

Description: This project is for the complete demolition and removal of two existing bathhouses and the construction of two new bathhouses. The two new buildings will consist of six unit toilets with four showers and will be approximately 1043 S.F./each.

The bathhouses will be constructed on concrete slabs, with concrete blocks, and cedar siding and will be electrically heated and ventilated. The project includes connection of plumbing, electrical and sewer lines to the existing systems. Project is located on the National Forests in Mississippi, Tombigbee Ranger District, Chickasaw County, MS. Contract time is 365 calendar days. Estimated price range is between $250,000 and $500,000. Bid Bond in the amount of 20 percent of the offer must be submitted with proposal. On award, Contractor must provide Payment and Performance Bond each in the amount of 100 percent of proposal offer to Contracting Officer within 15 days. The NAICS Code is 236220. The Size Standard is $28.5 Million.

This project is open to both large and small businesses.

Solicitations may be obtained by FAX requests at 601/965-6029. Telephone requests are discouraged. Package will not be available from FEDBIZ OPPS, you must request solicitation by FAX. If you want the package mailed via FEDEX, you must provide account number.

Original Point of Contact: Julia Cain, Contract Specialist, Phone 601.965.4391x127, Fax 601.965.6029, Email jcain@fs.fed.us - Shirley Bearden, Procurement Technician, Phone 601.965.4391x119, Fax 601.965.6029, Email sbearden@fs.fed.us.

Demolition of Water Tank, Marion, Illinois

Presolicitation Notice

Solicitation Number: 301813Q213

Contracting Office Address: Contracting and General Services - R3 US Fish and Wildlife Service 1 Federal Drive, Room 652 Fort Snelling MN 55111

Description: Project consists of the demolition and removal of a 250,000 gallon multi-column elevated tank, concrete foundation, vault, and all associated piping and valves within the vault.

This procurement is issued unrestricted under the Small Business Competitiveness Demonstration Program, Public Law 100-656, and is NOT set-aside exclusively for small business concerns. For information purposes, the North American Industry Classification Code (NAICS) is 238910, Site Preparation Contractors, with a size standard of $12.0 million.

Solicitation packages will be available free of charge approximately 08/11/2003 with bid opening occurring on or about 09/10/2003. Interested parties may order a copy of the solicitation by electronic mail at fw3cgsoffice@fws.gov, by facsimile to 612-713-5151, or in writing. No telephone requests can be accepted. Please specify Solicitation No. 301813Q213 when ordering.

Original Point of Contact: Patrick J. Peine, (612) 713-5186 Contract Specialist 6127135186 Patrick_Peine@fws.gov.

 

No more results found.
No more results found.