Cabin Demolition
Document Type: Presolicitation Notice
Solicitation Number: RFQ-IBET-03-04-004
Set Aside: Total Small Business
Contracting Office Address: Department of Agriculture, Forest Service, R-5 IBET Province, Eldorado N.F., 100 Forni Road, Placerville, CA, 95667
Description: For technical questions, contact Mike Mitchell, Contracting Officer’s Representative, at 530-621-5283. The intent of this solicitation is to demolish and remove one single-story cabin for the base item. There are two (2) optional cabins for demolition and removal (one single-story and one two-story).
Debris is to be removed from Government land to a commercial disposal site, including all concrete foundations, sewer pipe, and water pipe. Materials may be salvaged at the discretion of the contractor.
The government estimate is between $25,000 and $100,000 for all items. There will be a non-mandatory pre-bid meeting at the project site. Meet at the Pyramid Trailhead Parking Lot at Twin Bridges on September 30, 2003 at 10 am.
Original Point of Contact: Denise Storms, Contracting Officer, Phone 530 642-5160, Fax 530 621-5258, Email dlstorms@fs.fed.us - Carrol Jagger, Contracting Officer, Phone 530 621-5232, Fax 530 621-5258, Email cjagger@fs.fed.us.
Concrete Crusher
Document Type: Presolicitation Notice
Solicitation Number: F64133-03-T-0084
Set Aside: Total Small Business
Contracting Office Address: Department of the Air Force, Pacific Air Forces, 36 CONS, Unit 14040, Andersen AFB, GU, 96543-4040
Description: Eagle Ultramax 500-05CV (or equal) Portable Concrete Crusher
Original Point of Contact: Aaron Burt, Contract Specialist, Phone 671-366-7112, Fax 671-366-1103, Email aaron.burt@andersen.af.mil - Aaron Burt, Contract Specialist, Phone 671-366-7112, Fax 671-366-1103, Email aaron.burt@andersen.af.mil.
Highway Construction:
Document Type: Presolicitation Notice
Solicitation Number: DTFH70-03-B-00024
Contracting Office Address: Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, WA, 98661-3801
Description: MT PRA-GLAC 400(1), Belton Bridge, Glacier National Park, Flathead County, Montana. This action is being considered for a total hubzone small business set-aside.
Prime Contractors who are HUBZone small businesses and who intend to submit an offer for this solicitation, MUST submit the following by e-mail to contracts@wfl.fha.dot.gov or by fax to 360.619.7932 for receipt by COB on September 22, 2003: (a) a positive statement of your intention to submit an offer for this solicitation as a Prime Contractor; (b) date of HUBZone small business certification; (c) statement of bonding capability, to include both single and aggregate totals; and (d) listing of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with their phone numbers.
All of the above must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone concerns. Failure to submit all information requested will result in a contractor being considered not interested in this solicitation. A decision on whether this will be pursued as a HUBZone small business set-aside or on an unrestricted basis will be posted as a modification in FedBizOpps. This project includes 0.0287 miles of bridge rehabilitation, including removal of existing superstructures, construction of new beams, deck, and rail, and minor roadway reconditioning and resurfacing. The work consists of contractor sampling & testing; construction schedules; removal of existing timber structures, rails, & concrete pads; 60 cu yds riprap; construction of new timber bents and deck; 2,600 ft soil erosion control devices; 1,000 gal watering for dust control; 350 cu yds minor crushed aggregate; 2,750 sq yd timber deck; 430 linear ft steel bridge railing; 7.6 million bd ft treated timber structure (bents); 30 cu yds minor concrete structures; 8 sq ft permanent traffic control devices; 69 sq ft temporary traffic control; and other smaller items of work.
Project is located approximately 50 miles northwest of Kalispell, Montana. Work shall be completed by May 2004. Estimated price range is between $250,000 and $500,000. When solicitation documents are issued, the Invitation For Bid (specifications) and bidder’s packet will be available in electronic format only at www.wfl.fha.dot.gov/edi/.
Pending finalization of details to make plans available electronically, plans will only be available in paper format. Request plans by e-mail to contracts@wfl.fha.dot.gov, or by fax to (360)619-7932. The following applies only to Minority, Women-Owned and Disadvantaged Business Enterprises (DBEs): The Department of Transportation (DOT), offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at prime rate. For further information about the Bonding Assistance Program, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
Original Point of Contact: Contracts Office, Western Federal Lands Highway Division, Phone (360)619-7520, Fax (360)619-7932, Email contracts@wfl.fha.dot.gov.Latest from Recycling Today
- US Steel to restart Illinois blast furnace
- AISI, Aluminum Association cite USMCA triangular trading concerns
- Nucor names new president
- DOE rare earths funding is open to recyclers
- Design for Recycling Resolution introduced
- PetStar PET recycling plant expands
- Iron Bull addresses scrap handling needs with custom hoppers
- REgroup, CP Group to build advanced MRF in Nova Scotia