C&D RFPS for the Week

Several demolition jobs are included, as is a wood waste recycling project.

Purchase of Portable Asphalt/Recycling/Base Stabilizer/Trenching Machine

 

Document Type:  Presolicitation Notice

 

Solicitation Number: RMS00050005

 

Set Aside: Total Small Business

 

Contracting Office Address

 

Bureau Of Indian Affairs, Branch of Contracts, 711 Stewards Ferry Pike, Suite 100, Nashville Tennessee 37214

 

Description: The Bureau of Indian Affairs is seeking to purchase Portable Asphalt/Recycling/Base Stabilizer/Trenching Machine The Government expects to pay a Firm Fixed Price.    

 

Specification is intended to cover a diesel powered portable asphalt recycling machine, which attaches to the front end of a loader bucket. Equipment shall be complete with a trailer specifically designed to transport the unit. Must be equipped with have a water-cooled engine, six cylinder diesel developing 185 hp at rated RPM, 12-volt electric system including starter, battery, and an alternator. Control panel should have a remote throttle, fuel and oil filters, engine manufacturers approve type air cleaner, and an adequate exhaust system. Shall be remote type, which can be in the cab of the loader to allow the operator to monitor engine functions without leaving the cab. Shall include tachometer/hour meter, engine start/stop, engine oil pressure gauge and engine temperature gauge.     Cutter head assembly must be equipped with 48 inch cutter head and shall be securely attached to the machine’s main-frame and enclosed by heavy-duty cowling. Maximum cutting depth shall be approximately 12 inches. Shall have a standard cutting width of 48 inches. Shall have a minimum of 130 snap-in carbide bits mounted in individual blocks. The cutter head and housing shall be designed so that only pulverized materials leave the cutter head assembly. Cutter head drive must be transmitted from the engine to the cutter head through a power take-off and V-belts to a planetary reduction gearbox at the cutter head. Must contain a hydraulic system consisting of an auxiliary drive unit, hydraulic pump, reservoir, filter, lines and cylinders to actuate and control depth of cut. Unit must be designed and recommended by the manufacturer to attach to the front bucket of a loader equipped with a minimum 2.0 cubic yard bucket.    

 

Attachment system shall allow the loader to load and unload the recycling machine from its transport trailer.    

 

All necessary parts and accessories required for attachment to the loader bucket shall be furnished. Must be equipped with a heavy-duty (12,000 lb) dual axle trailer specifically designed for transporting the asphalt-recycling machine. Furnished frame shall be constructed of steel channel, rectangular steel tubing or I-beam with all welded construction. Shall have steel wheels. Hubs shall run on tapered roller bearings. Tires shall be of size and load carrying capacity to handle unit at highway speeds. Shall have steel fenders covering the tires. Shall be equipped with electric brakes, trailer coupler for use with a 2 5/16 inches minimum trailer ball. Shall have a lockable tool box, safety chains with hooks, tongue jack and all necessary lights and reflectors to meet DOT and ICC regulations including stop, tail and directional signals. Shall be complete with trailer wiring connectors. Additional equipment shall include tools for changing cutter bits and a supply of extra blocks and cutter bits , and safety chains equipped with grab hooks and slip locks or clevises.    

 

Equipment purchased under this specification shall be warranted against defects in materials and workmanship. Contractor shall furnish qualified personnel to instruct operators and service technicians in the correct use and maintenance of the machine and provide one (1) copy of the owner’s manual and one (1) copy of the operator’s manual will be given at the time of delivery. The equipment must be assembled, adjusted, and made ready for operation at time of delivery.    

 

All necessary parts, accessories, and tools for efficient operation of this unit shall be furnished whether or not they are specifically mentioned in this specification (including standard equipment as regularly furnished by manufacturer as shown on printed literature and specifications unless specifically excluded by this specification). The equipment shall be delivered to a location in Philadelphia, Miss.

 

This is a notice for request for quotes and interested contractors shall submit its firm fixed priced quote with a validation period of at lease 30 days.      

 

All interested parties shall respond by faxing its quote to (615) 564-6529 Attn Mr. Ken Lloyd or send by mail to the following address: Bureau of Indian Affairs ATTN Ken Lloyd, 545 Marriott Drive, Nashville, TN 37214.    

 

The Government is in no way obligated to do business with or to enter into in any form of contract with any person, firm or other entity that receives this inquiry.    

 

The inquiry neither states or implies that future contracts will be awarded to persons, firms, or other entities responding to this inquiry.

 

Point of Contact: Ken Lloyd, Contracting Officer , Phone No. 615-564-6970, Fax 615-564-6529

 

Remove And Recycle Approximately 800 Tons Of Waste Wood.

 

Document Type:  Presolicitation Notice

 

Solicitation Number: W912GY-05-T-0035

 

Set Aside: Total Small Business

 

NAICS Code: 562119 -- Other Waste Collection

 

Contracting Office Address

 

TACOM - Sierra Army Depot, Building 74, Herlong, CA 96113-5009

 

Description: This project consists of furnishing all labor, material, equipment, and supervision to remove and recycle approximately 800 tons of waste wood at Sierra Army Depot, Herlong CA.    

 

The related small business size standard is $10.5M. The proposed performance period is 90 calendar days. Anticipated award date is August 11, 2005. All responsible sources may submit a quote, which shall be considered.    

 

In accordance with FAR 5.102(d ), availability of this solicitation will be limited to the electronic medium.     The anticipated posting of this solicitation is July 25, 2005.    

 

All contractual and technical questions must be submitted in writing and may be faxed to 530-827-4722, Attn: Jim Brooks.    

 

No telephone questions will be accepted. Notification of any postponements and any amendments to this solicitation will only be posted on this website.    

 

It is the sole responsibility of the offeror to continually view this website for any amendments made to this solicitation.

 

Point of Contact: James R. Brooks, 530-827-4258

 

Email your questions to TACOM - Sierra Army Depot at james.brooks@sierra.army.mil.

 

To see a copy of the RFP click on the following link: https://acquisition.army.mil/asfi/solicitation_view.cfm?psolicitationnbr=W912GY05T0035.

 

Superior Mill Site Rehabilitation

 

Document Type:  Presolicitation Notice

 

Solicitation Number: AG-82X9-S-05-0028

 

Set Aside: Total Small Business

 

NAICS Code: 238910 -- Site Preparation Contractors

 

Contracting Office Address: Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street Regional Office, Golden, CO, 80401

 

Description: The goal of this removal is to remove a significant physical safety hazard on lands administered by the Forest Service. Mill removal will occur in two phases. The first phase will include:

 

1) Prior to starting mill demolition, the mill shall be treated for Hantavirus;

 

2) Remove galvanized steel siding and steel doors from Superior Mill and recycle and/or salvage;

 

3) Remove wood and timbers from mill; salvage and/or stockpile at designated sites adjacent to mill (south side). Stockpiled material will be burned by Forest Service;

 

4) Remove concrete cinder blocks and other miscellaneous mill-related material.     Material can either be salvaged and removed from site or buried on site.

 

5) Remove small wood frame building leaving concrete foundation, remove pump house and wood utility structure.

 

The second phase [depending on funding] will include removing and burying the poured concrete foundation and raises on site.

 

Point of Contact: Joel Butzin, Contract Specialist, Phone 970-874-6613, Fax 970-874-6698, Email jbutzin@fs.fed.us.

 

Demolition and disposal of farm site buildings and debris located in Polk, Mahnomen and Becker Counties, Minnesota.

 

Document Type:  Presolicitation Notice

 

Solicitation Number: 301815Q270

 

Set Aside: Total Small Business

 

Contracting Office Address

 

Contracting and Facilities Management, Region 3 US Fish & Wildlife Service 1 Federal Drive, Room 652 Fort Snelling MN 55111

 

Description: The U.S. Fish and Wildlife Service, Region 3, Fort Snelling Minnesota is issuing a Request for Quotation for the following acquisition. Building site reclamations (demolition and disposal) at the Detroit Lakes Wetland Management District, Detroit Lakes, MN.    

 

There are a total of six farmstead sites, four in Polk County, MN, one in Mahnomen County, MN and one in Becker County, MN. There will be one base and five option items, although interested parties will be required to provide a price quote for all six sites and will be evaluated on the total price for all six items. The estimated price range for this project is between $25,000 and $100,000.    

 

The North American Industry Classification Code (NAICS) for this acquisition is 562910 with a size standard of $12.0 Million.    

 

Solicitation packages will be available free of charge on or about August 23, 2005 with quotes due on or about September 13, 2005. The base item will be awarded initially and items two through six may also be awarded initially or at any time until December 31, 2005.    

 

Period of performance for all items will end September 30, 2006. Interested parties may request a copy of the solicitation by electronic mail at clark_bartelt@fws.gov, by facsimile to 612-713-5151, or in writing to U.S. Fish and Wildlife Service, Attn: Clark Bartelt, 1 Federal Drive, Fort Snelling, MN 55111.    

 

All requests must be in writing; verbal or telephone requests will not be accepted. Interested parties must specify Solicitation No. 301815Q270 when requesting the solicitation.    

 

A firm fixed price contract (with option items) will be awarded for this acquisition.

 

Point of Contact: Clark A. Bartelt, (612) 713-5214 Contract Specialist 6127135214 clark_bartelt@fws.gov.

 

Please click here to view more details.

 

http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144853&objId=112502

 

Concrete and Asphalt Crushing

 

Document Type:  Award Notice

 

Solicitation Number: W912DW-05-Q-0105

 

NAICS Code: 238910 -- Site Preparation Contractors

 

Contracting Office Address: US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755

 

Description

 

Contract Award Number: W912DW-05-P-0271

 

Contract Award Amount: $185650

 

Contract Line Item Number: 0001, 0002, Partial 0003, 004

 

Contractor: Sierra Rock & Dirt Inc 600 Central Ave STE 411 Great Falls MT 59406-6394