Demolition and Recycling of Buildings
Solicitation 01 - Posted on Jul 03, 2006 <http://www.fbo.gov/spg/GSA/PBS/8PD/TBD/Attachments.html>
Document Type: Presolicitation Notice
Solicitation Number: TBD
Set Aside: Service-Disabled Veteran-Owned
NAICS Code: 238910 -- Site Preparation Contractors
Contracting Office Address: General Services Administration, Public Buildings Service (PBS), Denver Federal Center Service Center (8PD), 6th and Kipling Street, Building 44, Denver, CO, 80225
Description: General Services Administration is planning to issue a construction solicitation to demolish buildings 111H,111J,111G,83K,82,73,2,3, and 71 located at the Denver Federal Center, Denver Colorado. These buildings are typical one-story freestanding brick, wood and metal structures, built in the 1940?s. Each structure ( with the exception of buildings 74 and 76 ) has full utility service hook-up, with mechanical equipment also in service.
Each structure is constructed on a concrete foundation with concrete slab flooring and crawl space. The roofs are a flat membrane with rock cover and storm water down spouts. The total square footage of all 10 buildings to be demolished is approximately 15,000.
General Services Administration will be evaluating against the following evaluation criteria: 1) Experience - Contractor must be proficient in construction demolition and recycling of construction materials. (Demolition work experience on Federal Facilities will rate higher than commercial work). 2) Technical - Contractor shall be certified through the State in all remediation procedures to include but not limited to asbestos removal, hazardous material containment and testing, soil remediation, and/or lead abatement) 3) Site Visit is Mandatory.
Requirement consists of but is not limited to the following;
- full demolition of each building listed from the building slab up wards.
-Cut and cap all water service, sanitary sewer service and fire supply lines.
- Remove all abandoned steam and condensate lines.
- Remove all electrical service and wiring to each building.
- Remove all natural gas supply lines and meters to each building.
- Remove all phone, security and land line service.
- Remove all building foundations, footers and crawl spaces.
- Remove all interior mechanical systems, HVAC, plumbing, electrical, fire etc.
- Some buildings may have asbestos containing material ( ACM ). Contactor shall be responsible for testing and removal of all interior environmental hazards asbestos, lead, droppings, PCBs etc. Contractor shall perform a full TCLP soil analysis test on all associated sanitary sewer lines.
The proposed solicitation is being considered for restriction to service-disabled veteran-owned small business (sdvosb) concerns. Interested sdvosb concerns shall submit, via fax or e-mail listed below, the following by June 23, 2006. A letter from the veterans administration validating service-disabled status along with a letter of intent to submit a proposal. If response is not received by two or more sdvosb concerns, this solicitation will be set aside 100% for small businesses.
There will be a mandatory Site Visit. The Contractor and any subcontractor involved are required to visit each work site and take such other steps as may be reasonably necessary to verify the nature and location of the work to be performed, and to evaluate the general and local conditions which may affect the work or the cost thereof. The Contractor shall be held responsible for any and all errors in his proposal resulting from his failure to make an examination/site visit.
The applicable North American Industry Classification System (NAICS) for this acquisition is 238910 - Site Preparation Contractors - with a three-year average annual small business standard of $12.0 M. The successful contractor will be selected using performance/price tradeoff procedures in accordance with FAR 15.101-1, resulting in the Best Value to the Government. Performance is significantly more important than price. Recent, relevant, past and present performance information is requested not later than June 23, 2006. (Recent, relevant, past and present performance is defined as performance of the same or similar type of work within the last three years.) It is anticipated that the solicitation will be issued electronically on or about 26 June 2006 via Federal Business Opportunities (FedBizOps) website. To ensure you receive notification of changes to the solicitation you must register on that site. A site visit is anticipated to be held 29 Jun 06 at 9:30 a.m. Only one (1) site visit will be held. Prospective Offerors are requested to inform the contracting office by 12:00 noon on 26 Jun 06 if planning to attend site visit. Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration requires applicants to have a DUNS number. Registration may take up to 3 weeks to process. Recommend registering immediately in order to be eligible for timely award.
Point of Contact: Toni Hoskinson, Contracting Officer, Phone 303-236-8000 x5045, Fax 303-236-5328, Email toni.hoskinson@gsa.gov
Place of Performance: Address: One Denver Federal Center 6th and Kipling Lakewood, Colorado
Postal Code: 80225
Country: USA
The US General Services Administration is looking for demolition contractors to demolish the former Junipero Serra State Office Building
Document Type: Presolicitation Notice
Solicitation Number: GS-09P-06-KTC-3031
Posted Date: Jun 30, 2006
Original Response Date: Aug 25, 2006
Current Response Date: Aug 25, 2006
Original Archive Date: Aug 25, 2006
Current Archive Date: Aug 25, 2006
Classification Code: Y -- Construction of structures and facilities
NAICS Code: 238910 -- Site Preparation Contractors
Contracting Office Address
General Services Administration, Public Buildings Service (PBS), Property Development Division (9PCS), 450 Golden Gate Avenue, 3rd floor West, San Francisco, CA, 94102
Description
The US General Services Administration is looking for demolition contractors to demolish the former Junipero Serra State Office Building. The demolition will be in preparation for clearance of a federally owned site to construct a new 1,000,000 square foot 17-story Federal Courthouse. The Former Junipero Serra State Office Building is located at 107 South Broadway, between 1st and 2nd Streets and also bordering on Hill Street in Downtown Los Angeles, California. The building occupies a portion of a block and is 523,000 gross square feet and includes an adjacent parking structure. It is a steel frame building of nine stories including basement and access tunnel extending under Broadway. The building has been abated of hazardous material with the exception of transite wall panels left in place to maintain building closure. The contract will include, but is not limited to: preparation of management and demolition plans including but not limited to detailed procedures for method of accomplishment, staging, removal of materials, recycling and development of shoring plans to protect adjacent streets and structures as required to perform the work; coordination with local agencies; design submittals to GSA for review of compliance with the design guidelines; quality control review of documents; constructability review of the contract documents and drawings; monitoring and documenting quality; developing innovative opportunities to improve the projects design of abatement and demolition procedures; provide project coordination between subcontractors, as well as Quality Assurance and Quality Control functions; monitor cost and schedule, provide cost estimates, reports; and provide all safety function, necessary permits and environmental requirements. GSA has established a LEEDS goal of Silver for the New Los Angeles Federal Courthouse and the Contractor shall identify and implement any aspect of the abatement and demolition that qualifies for points toward that goal.
The estimated cost is from $10,000,000.00 to $15,000,000.00. Estimated completion time is one (1) year. Individuals of the Contractor, subcontractors, and vendors who will be in the building at any time in connection with this work will be required to obtain Government security clearance and an identification badge. The contractor shall be required to demonstrate a certain level of expertise and capability. The Contractor will be selected using Source Selection Procedures. This solicitation is being made under FAR Part 15.3. Offerors will be required to prepare fully developed Technical and Price proposals. The contract will be a Fixed-Price Award.
The Government will not allow any stipend for preparation of proposals. This solicitation incorporates documents, which are not available electronically. Offerors can be a partnership, corporation, association, and/or other legal entity that will have contractual responsibility for the project.
A proposed joint venture should provide profiles for all firms in the joint venture. This procurement is open to both large and small business concerns in accordance with the Small Business Competitiveness Demonstration Program.
Small Businesses and Small Disadvantaged Businesses are encouraged to participate as prime contractors or as members of joint ventures with other small businesses.
Before the award of the contract, the selected firm shall be required to present an acceptable Small Business Subcontracting Plan in accordance with the initiatives of the Federal Government.
Firms interested in receiving the RFP should submit a letter of interest by fax to (415) 522-3114, Attention: Beverly Chin, Contracting Officer or mail to: General Services Administration, PBS, Property Development Division (9PCS), 450 Golden Gate Avenue, 3rd Floor West, San Francisco, California, 94102-3434. The Request for Proposal (RFP) Package will be issued on or about July 10, 2006. Closing date and time for submission of Technical and Price proposals is on or about August 25, 2006 (Local San Francisco Time). A Pre-Proposal Conference is scheduled on or about July 20, 2006.
Point of Contact: Beverly Chin, Contracting Officer, Phone 415-522-3141, Fax 415-522-3112, Email beverly.chin@gsa.gov - Beverly Chin, Contracting Officer, Phone 415-522-3141, Fax 415-522-3112, Email beverly.chin@gsa.gov
Demolition of 3 buildings - No follow on Construction at Nisqually National Wildlife Refuge
General Information
Document Type: Presolicitation Notice
Solicitation Number: 101816Q473
Set Aside: Total Small Business
Contracting Office Address
Division of Contracting and General Services U.S. Fish & Wildlife Service 911 NE 11th Avenue Portland OR 97232
Description
Statement of Work Building demolition and debris removal on Black River Unit of Nisqually NWR Contractor will provide all equipment and labor to perform complete demolition and removal of identified buildings down to but not including the concrete slab. Contractor will remove all material and debris including that which is inside of structures and immediately adjacent to the structures listed below. Contractor will provide hand labor to pick up and remove debris too small to be picked up by equipment.
Site will be cleaned up to a standard such that a tractor mounted with brush hog rotary mower can be driven through the site without damaging the tractor or mower while mowing. Contractor will survey all structures, trash, and debris for hazardous materials and waste including but not limited to asbestos, fuels, pesticides, creosote treated lumber, and flammables.
All hazardous materials and hazardous waste must be manifested, handled, and disposed of in compliance with all applicable federal, state, and local regulations. Contractor will provide a letter itemizing all hazardous materials and waste found and its location.
In addition, contractor will provide a copy of all waste manifests and recycle and landfill disposal receipts.
Contractor will maximize deconstruction and reuse of materials, recycling, and salvage to the greatest extent practicable and minimize the amount of material placed in landfills. All materials and wastes will be handled and disposed of in accordance with all federal, state, and local regulations. Contractor will provide their bid per item as listed below.
Point of Contact: Frank Lee Contracting Officer 5038722788 frank_lee@fws.gov;
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance at EC_helpdesk@NBC.GOV
Please click here to view more details. <http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144851&objId=277784>
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