Demolition of Embrey Dam, Rappahannock River, Fredericksburg, VA
Document Type: Presolicitation Notice
Solicitation Number: W91236-04-B-0006
Contracting Office Address: US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
Description: This project consists of removal of Embrey Dam in its entirety, including concrete dam, wood crib dam with rubble fill, fish ladder, outlet works, concrete wall, concrete masonry unit building and walkway at the beginning of the canal and all other a puterances, except for the north side concrete and stone abutment, the original north side crib dam abutment in the river and the stone and brick work on the south side of the dam (original canal lock and abutment).
The contractor shall also remove any material left in the river or shorelines from the initial breach. Provide a gravel roadway along the river per design. Prior to beginning the road construction, dig trenches for archeological investigation.
Appropriate temporary structures shall be provided including; rip rap, pipes, bridges, etc., to provide the contractor with access to the river and on land. The contractor is responsible for protecting his men and equipment from the river.
The contractor shall design temporary structures, use suitable equipment and lay out the sequence of construction, etc. to minimize any impacts due to the river fluctuations. These structures shall be removed at the end of the project.
Remove concrete water pipe to a point past the beginning of the earthen canal and cap off the pipe. Place an earthen plug (dam) at the end of the earthen canal. Grade the plug and end of the earthen canal. Rip rap the north side concrete and stone abutment and the original north side crib dam abutment. Side slopes of the river left visible by removing the dam shall be restored in accordance with the drawings.
All concrete work shall be removed from the dam footings and the river bottom shall be left as close to the original streambed as is practical. The roadways and lay down areas shall be restored, except for portions noted on the drawings to be left in place. Unsuitable material such as organics, reinforcing steel and rubbish shall be disposed of off site.
Demolition materials such as stockpiles of soil, stone and recycled concrete shall be left on site. The lay down area at the end of Wicklow Drive shall be regraded and seeded.
Access to the storage piles shall have recycled aggregate roads provided. The road from the paved portion of Wicklow Drive to the Rappahannock River shall be improved with recycled aggregates. The road from Fall Hill Avenue to the old dam site shall be improved with recycled aggregates. Magnitude of Construction is $1,000,000 to $5,000,000.
Duration of project is 400 calendar days for performance. This is an unrestricted procurement. Applicable NAICs code is 237990, with a size standard of $28.5 Million. The applicable SIC Code is 1629. This solicitation will be available on the internet only. No paper copies or CDs will be issued. Interested firms may download and view the solicitation on or after 28 JAN 04 from the following website: http://www.nao.usace.army.mil/Ebs/Asp/AdvertisedSolicitations. Interested bidders are required to register at this site as a plan holder. Telephone, facsimile, e-mail or other written requests for solicitations will not be honored. Prospective contractors must be registered in the DoD Central Contractor's Registration database to be eligible for an award. Information for registration and annual confirmation requirements may be obtained by cal ling 1-888-227-2423 or at http://www.ccr2000.com.
Original Point of Contact: Charlotte Hofstetter, (757) 441-7136. Email your questions to US Army Engineer District, Norfolk at harlotte.g.hofstetter@usace.army.mil.
Remove And Dispose Of Debris
Document Type: Presolicitation Notice
Solicitation Number: FA6648-04-Q-0004
Set Aside: Total Small Business
Contracting Office Address
Department of the Air Force, Air Force Reserve Command, 482 LSS/LGC, 29050 Coral Sea Blvd Box 50, Homestead ARS, FL, 33039-1299
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, proposals are being requested and a written solicitation will not be issued.
This is a Request For Quote (RFQ) and the solicitation number is FA6648-04-Q-0004. The 482 Contracting Office, Homestead Air Reserve Base, Dade County, Florida, requires removal and disposal of four (4) debris piles. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-18. This acquisition will be issued as a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 562119, the Standard Industrial Classification (SIC) is 4212 with a small business size of $18.5M.
A Firm Fixed Price contract will be awarded.
The work covered by this contract consists of, but is not limited to, the furnishing of all plant, labor, services, tools, materials, equipment, transportation, and supervision to perform all operations of removal and disposal of four (4) debris piles as follows: 0001, Segregate Debris. 0001AA, Labor Cost - Quantity: 1, Unit: Lump Sum (LS), Unit Price: $__________, Total: $_______________. 0001AB, Equipment Cost - Quantity: 1, Unit: Lump Sum (LS), Unit Price: $__________, Total: $_______________. 0002, Loading and Trucking. 0002AA, Labor Cost - Quantity: (est.) 1500, Unit: Cubic Yard (CY), Unit Price: $__________, Total: $_______________. 0002AB, Equipment Cost - Quantity: 1, Unit: Lump Sum (LS), Unit Price: $__________, Total: $_______________. 0003, Dump Charges (20 cy truck). 0003AA, Labor Cost - Quantity: (est.) 83, Unit: Each, Unit Price: $__________, Total: $_______________. 0004, Overhead. 0004AA, Rate _____, Total: $__________. 0005, Profit. 0005AA, Rate _____, Total: $__________. GRAND TOTAL: ______________. DESCRIPTION OF WORK:
The contractor shall segregate all organic materials from non-organic. If unmarked, unknown containers with suspicious materials are found, they shall be deposited in a separate container for further identification by the Base Civil Engineering Environmental Flight. In the event that hazardous materials are found, the government will dispose of them. Other materials like rubber tires, metals, concrete, etc., shall be disposed of at the appropriate licensed landfills in accordance with Dade County, State and Federal Regulations. Organic materials like trees, brush, paper, etc., shall be mulched. No chips piles are to be left at sites. Chips scattering is permissible.
The contractor will keep track of the amount of debris, type, and recycled quantities that are disposed of. Records of the information shall be provided to the Base Civil Engineering Environmental Flight.
Contractor shall not cause, let, permit, or allow emissions of unconfined particle matter from any activity, including vehicular movement, transportation of materials, industrial related activities such as, loading, storing or handling materials without taking reasonable precautions to prevent such emissions. Reasonable precautions are: (a) Application of water to control emissions and/or (b) Use of filters such as silt fences to contain or capture particulate matter. LOCATION: Project to be performed at Homestead Air Reserve Base boundary. Three (3) debris piles are located east of Speedway Blvd. (SW 137 Ave.) and one (1) debris pile is located south of the base storm drain pump station (facility 875) (a copy of the area/location sketches are available upon request).
Project to start immediately after award of contract, but not later than 28 January 2004. Performance period is five (5) calendar days.
The site visit is non-mandatory, however prospective bidders are strongly encouraged to attend. The site visit is scheduled for 20 Jan 04 at 10:00 A.M. at the Contracting Office, Bldg 360, Rm 121. Prospective bidders desiring to attend must contact Gwen Rackley (305) 224-7472 (PH), or (305) 224-7055 (FAX) by 19 Jan 04.
This solicitation is subject to the Service Contract Act, Department of Labor Wage Determination 94-2119, Rev 24, dated 10/19/2003, and shall apply to all services over $2,500.00. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the Internet: http//farsite.hill.af.mill or http://safaq.hq.af.mil/contracting): FAR 52.212-1, Instructions To Offerors’s Commercial Items, FAR 52.212-4,
Contract Terms and Conditions. Commercial Items, 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration, is applicable. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items (Dev.). A copy of these provisions and clauses may be obtained from the above FAR web site address.
The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated by reference: DFARS 252.204-7004, Required Central Contractor Registration. The following Air Force FAR clause applies to this solicitation and is incorporated by reference: AFFARS 5352.242-9000, Contractor Access to AF Installation. The offeror shall provide its DUNS, or if applicable its DUNS + 4 number with its offer, which will be used by the Contracting Officer to verify that an offeror is registered in the CCR database. Lack of registration in the CCR database will make an offeror ineligible for award. The date and time responses are due is 23 January 2004, 2:30 P.M. local time. Signed and dated offers must be submitted to 482 CONF/LGC, Attn: Gwen Rackley, 29050 Coral Sea Blvd., Box 50, Homestead ARB, FL 33039-1299, or Faxed to (305) 224-7055, on or before the response time.
All offers shall include the solicitation number, company name, address, phone and fax numbers, point of contact, DUNS Number, and Federal Tax ID Number.
Original Point of Contact: Gwendolyn Rackley, Contracting Officer , Phone 305/224-7472, Fax 305/224-7055, Email Gwendolyn.Rackley@Homestead.af.mil - Gwendolyn Rackley, Contracting Officer , Phone 305/224-7472, Fax 305/224-7055, Email Gwendolyn.Rackley@Homestead.af.mil.
Building 604 Demolition, 174th Fighter Wing, Hancock Field, Syracuse, NY 13221-7099
Document Type: Presolicitation Notice
Solicitation Number: W912PQ-04-B-0002
Contracting Office Address: USPFO for New York, 330 Old Niskayuna Road, Latham, NY 12110-2224
Description: Work under this project includes, but is not limited to the contractor providing all materials, labor, supervision and means necessary for the demolition, removal and disposal of Building 604.
Contractor shall comply with Government provided specifications and drawings for the demolition of a 19,200 SF, one story building. The building is constructed primarily of masonry, brick, concrete an d structural steel. Asbestos abatement is required, as indicated in the drawings and specifications. The contract performance period is 60 calendar days after acknowledgement of notice to proceed.
A bid bond in the amount of 20% of the total bid price i s required. Performance and Payment Bonds in the amount of 100% of the contract price will be required of the sucessfull bidder.
The project magnitude is estimated at between $100,000 and $500,000. The construction progress and all other critical elements shall be closely coordinated with the Base Civil Engineer. The issue date of the solicitation is scheduled for on or around February 1, 2004 with a bid opening date of on or around March 3, 2004 at 1:30 PM local time.
A pre-bid site visit is scheduled f or February 18, 2004 at 9:00 A.M. at the job site. Interested parties should contact CPT Michael Arnold at (315) 454-6246, or Michael.Arnold@nysyra.ang.af.mil to confirm attendance. Interested firms may request Plans and Specifications by written request to : USPFO-NY, ATTN: Mark Walsh, 330 Old Niskayuna Road, Latham, NY 12110-2224, phone (518)786-4986, fax: (518) 786-4985.
All plan requests must be made on company letterhead and contain the firm name, mailing address, telephone and fax number, contact person and e-mail address of contact person. Additionally, the request should specify the firms business size, i.e., Large, Small, SDB, HUBZone or Woman Owned Small Business.
All requests for bid documents must be accompanied by a certified check, bank draft or money order payable to the U.S. Treasury in the amount of $50.00. This charge is non-refundable. Uncertified company checks will not be accepted and reurned without action. The North American Industrial Classification System (NAICS)Code applicable to this project is 235940 with a small business size standard of $12,000,000. This solicitation is issued pursuant to the Small Business Competitiveness Demonstration Program, and as such Federal Acquisition Regulation Clause 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns is included. The solicitation is unrestricted, all responsible parties may submit a bid which shall be considered by the agency.
Original Point of Contact: Mark R. Walsh, 518-786-4986. Email your questions to USPFO for New York at Mark.Walsh@ny.ngb.army.mil.
Rehabilitation Of Tower And Demolition Of Generator Building At Uscg Ant Morgan City, La
Document Type: Sources Sought Notice
Solicitation Number: DTCG82-04-B-3WCA37
Set Aside: Total Small Business
Contracting Office Address: DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami, FL, 33177-1630
Description: Provide all labor, tools, materials, and equipment to complete the rehabilitation of tower foundation, replace steel adapter plates, replace existing steel tower with new Government Furnished steel tower, place riprap on all sides of concrete tower foundation (474 tons), demolition of existing generator building and clean the site at U.S. Coast Guard ANT Morgan City, LA.
Estimated construction price range is $100,000 and $250,000. Performance period is 90 calendar days. Bid, payment and performance bonds are required. The solicitation in its entirety and any amendments will be available at no charge online at http://www.fedbizopps.gov under the above solicitation number. 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 $28.5 million.
This action is being considered for 100 percent set-aside for HUBZone small business concerns. Interested HUBZone small business concerns should indicate their interest to the Contracting Officer, in writing, as early as possible but to be received not later than 15 calendar days of this notice.
As a minimum, the following information is required: (a) a copy of the certificate issued by the SBA of your qualifications as a HUBZone concern, (b) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contacts and telephone numbers and (d) provide evidence of bonding capability to the maximum magnitude of the project, to include both single and aggregate totals. All information 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 not being considered as an interested HUBZone concern. If adequate interest is not received from HUBZone concerns by close of business 15 calendar days from the date of this notice, this solicitation will be issued as a Total Small Business Set-Aside without further notice.
To receive immediate notification of all changes and future notices posted electronically for this project, vendors should click on [Register to Receive Notification].
Original Point of Contact: Deborah Boydston, Contract Specialist, Phone 305-278-6718, Fax 305-278-6696, Email dboydston@ceumiami.uscg.mil.
Demolition of Building F and Miscellaneous Items at Air Station San Francisco
Document Type: Presolicitation Notice
Solicitation Number: DTCG88-04-B-623142
Set Aside: Total Small Business
Contracting Office Address: DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Oakland, 2000 Embarcadero Suite 200, Oakland, CA, 94606-5000
Description: Furnish all labor, materials, and equipment necessary to Demolish Building F and Miscellaneous Items at Air Station San Francisco, San Francisco, CA. The estimated cost of this procurement is between $100,000 and $250,000 (CONSTRUCTION BIDS ONLY).
Performance period is 60 calendar days after receipt of Notice to Proceed. The applicable NAICS code is 238910. This project is 100% Small Business Set-aside. Size standard is $12.0 million. No telephone requests for information will be accepted. Our office no longer issues solicitations or amendments in paper form. Instead they may be accessed at the following website: (http://www.eps.gov/).
Offerors should register to receive notification of this solicitation. Any amendments issued to this solicitation will be posted solely on this website. This solicitation can be downloaded from (http://www.eps.gov/) on approximately 28 Jan 2004. If it does not appear on that date, please check back daily.
A guided site visit will be scheduled. Specific information concerning the site visit (date/time/points of contact) will be included in the solicitation. The date set for receipt of offers is approximately 27 Feb 2004. This date is estimated and may change. For security reasons all Coast Guard Drawings are available through the Federal Technical Data Solution (FedTeDS) which will have a separate link on the FedBizOps webpage identified as Technical Data Package. Offerors will need to register with FedTeDS and receive a user name and password to be able to download Coast Guard Drawings.
Original Point of Contact: Billy Erickson, Contract Specialist, Phone 510-535-7248, Fax 510-535-7233, Email berickson@d11.uscg.mil - Pamela Boscovich, Contract Specialist, Phone 510-535-7278, Fax 510-535-7233, Email PBoscovich@d11.uscg.mil.