This is a Request for Proposal. The NAIC code is 234110, SB standard $28.5 million. To repair Section of Kalia Road utilizing Ultra-thin White Topping (UTW) bonding process, and failing asphalt reclaiming process at Fort DeRussy, Oahu, HI
Document Type: Presolicitation Notice
Solicitation Number: W912CN-04-R-0035
Posted Date: Feb 19, 2004
Original Response Date: Mar 03, 2004
Current Response Date: Mar 03, 2004
Contracting Office Address: ACA, Fort Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
Description: This is a Request for Proposal to provide all labor, supervision, materials, and equipment to (1) Replace approximately 11,000 square feet of failing asphalt with new pavement shall consist of Ultra Thin White topping material (UTW) at Fort DeRussy, Island of Oahu, Hawaii.
The failing asphalt shall be reclaimed/recycled; (a) Demo old A/C and excavate 4 inch of base for installation of white topping; (b) Stabilize existing base with portland cement and compactor; (c) Install Ultra Thin White Topping Material (UTW). (2) Contractor work plan shall demonstrate its work method in traffic lane closure sequence and state the duration of the project.
Contractor shall be responsible to submit traffic control plan for approval.
Proposals must include the information described below to enable the Government to perform a complete evaluation of the offer.
The Government expects to award without discussions in accordance with clause 52.0215-1, Instruction To Offerors’ Competitive Acquisition.
Offerors should therefore insure that the initial offer submitted contains its best and most competitive price proposal and the additional required information.
Failure to provide the required information may result in a determination tha t the offer is unacceptable or a lowered evaluation score.
Price Proposal:
The pricing schedule, Section 00010 shall be considered the price proposal. b. Past Performance/Experience in Ultra Thin White Topping:
Provide a list describing previous or on-going government, municipal or commercial contracts during the past three years, that are relevant to the effort required for this project (size, type, and complexity).
The description shall include the information listed below.
The Government intends to contact the references provided to discuss quality of work for evaluation purposes.
The Government further reserves the right to contact sources other than those provided to obtain information pertaining to past performance.
(1) Name of customer; (2)
Contract Number/Project Title; (3) Performance period; (4) Total Value; (5) Description of services furnished/location; (6) Customer contact person’s name and telephone number; (7) Administrative Contracting Officer, if different from; (6) and telephone no.
The offeror may provide information on problems encountered on the contracts identified above and the corrective actions taken to resolve those problems.
The offeror shall not provide information about its performance in the identified contracts.
The Government will obtain general performance information from the respective Contracting Officer.
The offeror will be given an opportunity to address unfavorable reports of past performance. c. Management Plan:
Describe the offer’s plan as to ho w the work will be accomplished.
Contractor shall show its: (1) Traffic plan; (2) Its performance period to complete the work; (3) Length of period of road closure; (4) Describe possible problems that may incur and its plan of correction.
Quality control plan and staffing level to insure compliance with Government requirements as they are stated in the request for proposal.
(1) Include inspection and acceptance procedures; workmanship and safety standards; submittals, testing, report ing, and shop drawing procedures; and QC staffing levels.
(2) Explain how Contractor Quality Control requirements will be incorporated into the contract effort.
(3) Describe how submittals and conformance to specifications will be handled.
(4) Provide a
proposed plan for testing, quality control reporting, and shop drawing and drafting support.
Include proposed testing methods and frequencies for soils, asphalt, concrete, and nondestructive testing.
The estimated proposed construction range is between $25,000.00 to $100,000.00. All interested contractors are required to attend the site visit scheduled on February 26, 2004 at 9:30 a.m. Hawaii Standard Time at Kalia Road, Fort Derussy.
You are required to notify Robert Batangan no later than February 24, 2004 of your interest in attending the site visit by e-mail at Robert.Batangan@shafter.army.mil.
Information on the procurement as well as site visit information (instructions) will be provided upon receipt of your e-mail.
Original Point of Contract Robert Batangan (808) 438-6535, extension 199.
Email your questions to ACA, Fort Shafter at Robert.Batangan@shafter.army.mil.
Removal Of Concrete And Asphalt
Document Type: Presolicitation Notice
Solicitation Number: M0068104T0113
Classification Code: P -- Salvage services
Contracting Office Address: PO Box 1609 Oceanside, CA
Description: The Government is soliciting quotes for the removal of concrete and asphalt from the Camp Pendleton storage pit.
The scope of the contract is the disposal of 200,000 tons per year, and includes a requirement for the return of 40,000 tons of crushed aggregate back to the Government.
Work may be done on site, or off site; at the contractor's discretion.
The contract will also contain a line item for the purchase of additional aggregate, above 40,000 tons. This solicitation includes a base period, and four option years.
This acquisition is reserved exclusively for small business, under the NAICS code 238190 with a size standard of $12 Million.
Original Point of Contact: William Hepler, 760 725-3418 FAX: 760 725-8445
Email your questions to Click here to contact the Contracting Officer at heplerwj@pendleton.usmc.mil.