Pavement Replacement Lot
Document Type: Presolicitation Notice
Solicitation Number: DTCG83-04-Q-a3YD027
Set Aside: Total Small Business
Contracting Office Address: DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Cleveland, 1240 East 9th Street, Cleveland, OH, 44199-2060
Description: Provide all labor, material, equipment, transportation, and supervision required to perform removal and replacement of existing bituminous pavement, removal and replacement of existing signs, application of pavement markings, and installation of concrete parking curbs.
Work shall be performed in Lot 2 and Lot 19 and near Building 32. The contractor may elect to recycle the existing pavement that has been removed into the new pavement courses.
The project is located at the USCG Yard, Baltimore, MD. The NAICS Code is 238990 (1771) $12.0M. This procurement is a total Small Business Set-aside. The estimated range is $25,000 - $100,000.
Period of Performance is 45 calendar days from NTP. The Due Date for proposals will be annotated on the Solicitation (SF-1442) when issued. A Bid Bond is NOT required. A Plan Holders or Bidders List will be available thru FedBizOpps after the solicitation is issued. Upon award a notice will be posted in FedBizOpps.
This is not a bid; therefore, bid results will not be posted. When available, all relevant solicitation documents, including specifications and drawings will be available for download exclusively from the Internet by accessing the government-wide Federal Business Opportunities (FedBizOpps) website at http://www.eps.gov. Interested parties are encouraged to register at the website to be notified when information on this project is uploaded. The U.S. Coast Guard Civil Engineering Unit Cleveland website at: http://www.uscg.mil/mlclant/ceucleveland may be used as a link to the FedBizOpps website and contains other useful information.
The Coast Guard now distributes the Technical Data Package (TDP) portion of solicitations through the Federal Technical Data Solution (FedTeDS) website. In order to obtain the TDP portion of the solicitation the contractor will be required to be registered in CCR and have a MPIN (Marketing Partner ID Number). Form information on CCR and MPIN, access the website at : http://www.ccr.gov/vendor.cfm.
Any amendments issued to this solicitation will be posted solely on these websites.
Original Point of Contact: Pamela Komer, Contracting Officer, Phone 216-902-6216, Fax 216-902-6278, Email pkomer@ceucleveland.uscg.mil.
Demolish/Repair Golf Maintenance Facility
Document Type: Presolicitation Notice
Solicitation Number: FA4427-04-R-0100
Contracting Office Address: Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535
Description: This solicitation was originally set aside for Sole Source 8(a), but is now being amended to full and open competition if we do not receive adequate HUBZone participants.
Price preference for HUBZone procedures will be applied in accordance with FAR Part 19. If you are a certified HUBZone contractor and interested in this requirement, contact the contract specialists, or the contracting officer, listed below and provide the following information to the Contracting Officer not later than ten (10) days after the publication of this notice: (a) SBA Certification of HUBZone eligibility; (b) a positive statement of your intention to bid on this contract as a prime contractor; (c) evidence of recent, relevant experience in work similar in type and scope to include contract numbers, project titles, dollar amounts and points of contact with telephone numbers; (d) your available bonding for this project.
All of the above must be submitted in sufficient detail within ten (10) days after the publication of this notice or the solicitation will be issued unrestricted pursuant to the competitiveness demonstration program. The following are the principal features for demolition and repair of the Golf Course Maintenance Facilities, Travis AFB, CA.
This project shall include but not be limited to the following: site demolition; site work; landscape; irrigation; pre-engineered metal buildings and interior partitions; Additive Bid Item 0003 to refurbish the siding and roofing of Buildings B/2001 and B/2002; Additive Bid Item 0004 New Blade Grinders; HVAC Mechanical; plumbing; electrical and fire protection.
The above description of work is for general information only. It is not intended to describe every feature of items of work or to define the scope of work. The work for this contract falls under the North American Industry Classification Standard (NAICS) code 236210, with a small business size standard of $28,500,000 average annual revenue for the previous three years.
This is a Request for Proposal (RFP), Price Performance TradeOff (PPTO) solicitation. Award will be based upon the Best Value to the government in accordance with FAR 15. The government reserves the right to award a contract to other than the low offeror. There will be no public opening. Period of performance will be 240 calendar days. The magnitude of this project is between $1,000,000 and $5,000,000, per the standards listed in FAR 36.204. All responsible offerors must be CCR Registered to be considered for award at Travis AFB, CA. The closing date and time for submission of offerors will be on or before 15 March 2004 at 2:00 P.M. PST. The solicitation package will be posted on the Electronic Posting System (EPS), on or about 12 Feb 2004, which can be accessed at www.eps.gov.
The government will not provide paper copies of the solicitation, specifications, drawings or unofficial plan holder’s list. Telephone, written, Facsimile or email request for the solicitation package, or unofficial plan holders list will not be honored. Potential offerors are responsible for monitoring the EPS site for the release of the solicitation package, amendments and other pertinent information and for downloading their own copy of the solicitation package. Prospective offerors that plan to download the solicitation are requested to submit company name, address, including zip plus four, telephone and fax number, email address, point of contact, and size standards to Ruth A. Redd, via email at ruth.redd@travis.af.mil, and robert.brown@travis.af.mil with a courtesy copy to Gerald Napiewocki at gerald.napiewocki@travis.af.mil for inclusion on the unofficial source list.
Original Point of Contact: Ruth Redd, Contracting Specialist, Phone 707-424-7762, Fax 707-424-5189, Email ruth.redd@travis.af.mil - Jerry Napiewocki, Team Leader, Acquisition A, Phone 707-424-7769, Fax 707-424-5189, Email gerald.napiewocki@travis.af.mil.
Latest from Recycling Today
- 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
- Oregon county expands options for hard-to-recycling items
- Flexible plastic packaging initiative launches in Canada