C&D RFPs for the Week

Several demolition-based projects are listed this week.

Demolition Requirements

 

Document Type:  Presolicitation Notice

 

Solicitation Number: FA4661-05-R-0033

 

Classification Code: Z -- Maintenance, repair, and alteration of real property

 

NAICS Code: 238910 -- Site Preparation Contractors

 

Contracting Office Address

 

Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581

 

Description: This office intends to award a contract to Border Demolition and Environmental, Inc. The contract is for a basic year plus two option periods. The magnitude of the contract is between $1M and $5M.

 

Border Demolition and Environmental, 11243 Alameda Ave., El Paso, TX 79927. Tel. (915) 860-8855

 

Point of Contact: Kimberly Welch, Contract Specialist, Phone (325) 696-1457, Fax (325) 696-8676, Email Kimberly.welch@dyess.af.mil - Jane Oney, Contract Specialist, Phone 325-696-1455, Fax 325-696-4084, Email jane.oney@dyess.af.mil

 

Demolition and Removal of Buildings

 

Document Type:  Combine Solicitation

 

Solicitation Number: AG-0385-S-05-0009

 

Set Aside: Total Small Business

 

NAICS Code: 238910 -- Site Preparation Contractors

 

Contracting Office Address: Department of Agriculture, Forest Service, R-1 Flathead National Forest, 1935 Third Avenue East, Kalispell, MT, 59901

 

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 quotation, solicitation number AG-0385-S-05-0009.

 

This solicitation and consequent firm-fixed price contract award incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-04.

 

This is a total small business set aside, the NAICS code is 238910, and the small business size standard is $12,000,000.    

 

A lump sum quote is requested to supply all labor, equipment, materials and supervision necessary to demolish and remove three buildings located in the Hungry Horse Ranger Station warehouse area.     These buildings are building number 2364, Sand Shed, building number 2221, Quonset Shed Warehouse, and building number 2300 Open Face.    

 

Quoters should stop at the Hungry Horse Ranger Station office located at 8975 Hwy 2 East, Hungry Horse Montana during business hours to gain access to the interior of buildings scheduled for removal.    

 

Description Of Requirements;

 

1. Wood that is not treated with creosote can be piled for burning in area designated by the Government.

 

2. Concrete footings, foundations and slabs can be left in place.

 

3. Footings at the Sand Shed will be filled in with material in the sand shed

 

4. All other material must be removed from Forest Service Property.

 

5. Contractor may salvage any material.

 

6. The site shall be left clean and graded smooth

 

Contract start date, approximately July 1, 2005. Contract time, approximately 30 days.    

 

The provision at FAR 52.212-1 Instructions to Offerors Commercial, applies to this acquisition.

 

The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition.    

 

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.    

 

The Following Factors Shall Be Used To Evaluate Offers: 1. Technical Capability Offered To Meet The Government Requirement.     2. Past Performance In Similar Projects. 3. Price.

 

Offerors are required to complete and include a copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with your offer.    

 

An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov.    

 

If an offeror has not completed annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision.

 

The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Replace section (a) with the following: 52.246-4, Inspection of Services ? Fixed Price. Add the following; 52.242-14 Suspension of Work,

 

The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items: 52.233-3, Protest after Award (Aug 1996)(31 U.S.C.3553). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition, (14) 52.222-3, Convict Labor (E.O. 11755). (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (17) 52.222-26, Equal Opportunity (E.O. 11246), (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), (19) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332) (1) 52.222-41, Service Contract Act of 1995, as Amended (May 1989)(41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.)

 

The full text of a clause or provision may be accessed electronically at www.arnet.gov/far/.

 

To Submit Quote: Offerors should follow instructions in the provision at FAR 52.212-1 Instructions to Offerors-Commercial. Offerors should address evaluation criteria listed above in provision at FAR 52.212-2, Evaluation Commercial Items.    

 

Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications’ Commercial Items. Offers must be received by June 28, 2005 at 4:30 p.m., local time at the Flathead National Forests Supervisors Office, ATTN: Procurement, 1935 3rd Ave East, Kalispell, Montana, 59901

 

For more information regarding this solicitation please contact Bill Crane (technical expert), (406) 387-3816, or Debby Wesselius (406-758-5314.

 

Point of Contact: Debby Wesselius, Contracting Officer, Phone 406-758-5314, Fax 406-758-5326, Email dwesselius@fs.fed.us.

 

Demolition of concrete slabs

 

Document Type:  Sources Sought Notice

 

Solicitation Number: M0031805DEMOS

 

Classification Code: P -- Salvage services

 

Contracting Office Address: M00318 Kaneohe Bay, HI

 

Description: This announcement is for informational purposes only to solicit information from potential sources and an award may not result from this notice.     The potential requirement will be 100% small business set-aside.    

 

The North American Industry Classification System (NAICS) Code is 235940 with a corresponding qualifying size standard of $11.5M (indicates maximum allowed for a concern, including its affiliates, to be considered small).    

 

The Regional Contracting Department, Marine Corps Base Hawaii is seeking information from potential sources to demolish concrete slabs located at MCBHs landfill.    

 

MCBH is requesting two (2) estimates.    

 

The first estimate is to demolish the concrete slabs into smaller sizes and remove the concrete debris with the iron rebars from the landfill.    

 

The second estimate is to demolish the concrete slabs into a minus six-inch size and leave the concrete debris in the landfill and remove the iron rebars from the landfill.    

 

The contractor is to provide a timeframe for the completion of the project.    

 

Point of Contact: Steven Takasaki Ph: 808-257-5716, Fax: 808-257-2350, E-mail: steven.takasaki@usmc.mil