Demolition Of Reinforced Concrete Building
Sources Sought
Date Posted: May 1, 2002
Agency: Department of the Air Force
Office Address: Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, ND, 58205
Solicitation Number: F32605-02-R0008
Contact: Duane Mann, Chief, Construction Flight, Phone 701-747- 5266, Fax 701-747-4215, Email Duane.Mann@grandforks.af.mil - John Young, Contract Specialist, Phone (701) 747-5345, Fax (701) 747- 4215, Email john.young@grandforks.af.mil
Place Of Performance Address: Grand Forks AFB, North Dakota, 58201
Notice Text: Department of the Air Force, Air Mobility Command, 319 CONS; This is an advance notice to the public of a project to demolish a large concrete reinforced building at Grand Forks AFB, ND. The project cost is expected to be between $1 and $5 million. The applicable NAICS code is 235940. Funding authority for this project is expected in mid summer with the possibility of making an award by 30 September. If award is made by 30 September, on-site work to demolish the building must begin before 1 January 2003. The main portion of the building is 4 floors, 72 feet high, with a footprint of about 23000 sq ft. The walls and floors are reinforced concrete. There are reinforced concrete columns supporting the floors and roof. The total footprint for the building is approximately 55,000 sq ft. The other areas are vehicle bays, mechanical rooms, etc.
We are seeking sources with experience in demolition of larger heavily reinforced buildings. If you are interested in this upcoming project, you are requested to provide email notice to duane.mann@grandforks.af.mil. Include the following information within your response - Company name, company address, point of contact, telephone number, business type and size. In response a CD-ROM containing as-builts (tif format) will be provided. They consist of over 500 drawings.
Prospective offerors are asked to review the as built drawings for structural details. The drawings are old and out of date, but the building structure itself remains the same. The included image files will reflect this information, but it may take some searching to find it. The numbering system separates the drawings into projects.
Refuse and Recycling
Sources Sought
Solicitation Number: F1660202Q2002
Posted Date: May 02, 2002
Contracting Office Address: Department of the Air Force, Air Combat Command, 2 CONS, 841 Fairchild Ave Ste 205, Barksdale AFB, LA, 71110-2271
Description: The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform refuse and recycling services at Barksdale AFB, LA. Looking for Hub Zone or 8(a) contractors.
Point of Contact: Amanda Lansdell, Contract Administrator, Phone 318-456-4007, Fax 318-456-2107, Email Amanda.Lansdell@barksdale.af.mil - Anita Jackson, Deputy, Team Chief, Phone 318-456-3181, Fax 318-456-2107, Email Anita.Jackson@barksdale.af.mil
Base Refuse and Recycling Services
Presolicitation Notice
Solicitation Number: F07603-02-R0006
Posted Date: May 02, 2002
Contracting Office Address: Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, DE, 19902-5639
Description: Contractor shall provide personnel, tools, materials, supervision, and other items and services necessary to perform base wide refuse collection and disposal services and recycling services on Dover AFB, Delaware.
Performance includes but is not limited to refuse collection, disposal and recycling services. Recyclables are classified as materials that exhibit the potential to be used repeatedly in place of virgin material. Recyclable materials at Dover AFB include metal cans glass (clear and colored), plastics, (all office paper, newspapers and corrugated cardboard (to include cereal boxes/soda cartons, etc), scrap metal, aerosol containers, crushed paint cans, and lead acid batteries. See upcoming solicitation for complete details.
The initial contract period shall run from Oct. 1, 2002-Sept. 30, 2003. Option year One is Oct. 1, 2003-Sept. 30, 2004; option year 2 is Oct. 1, 2004-Sept. 30, 2005; option year 3 is Oct. 1, 2005-Sept. 30, 2006; and option year four is Oct. 1, 2006-Sept. 30, 2007.
The Standard Industry Code is 4953. The North American Industry Classification System Code is 562111. The proposed solicitation is HUBZone set-aside. All responsible sources may submit a proposal that shall be considered by the agency. The solicitation will be available over the Internet only. All prospective offerors must have a commercial and government entity (CAGE) Code and be registered with Central Contractor Registration (CCR ? http://ccr2000.com/).
The government award will be based on best value with the evaluation factors to be set forth in the solicitation. The government reserves the right to award to other than lowest price. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. The solicitation will be available over the Internet only, NO HARD COPIES WILL BE SENT.
Solicitation issue date should be on or about May 30, 2002. Follow the links on the EPS website (http://www.eps.gov/). Use [FBO for Vendors] then select USAF [Offices] , Air Mobility Command [Location], 436 CONS [Posted Date], and look for this synopsis to access this solicitation.
For more information or questions, contact Brenda Lytle at (302) 677-5033, email: brenda.lytle@dover.af.mil., or by faxed (302) 677-2309. Email is preferred. Our unit public information web site is http://wwwmil.dover.af.mil/org/lg/cons/index.htm.
Point of Contact: Brenda Lytle, Contract Specialist, Phone (302) 677-5033, Fax (302) 677-2309, Email Brenda.Lytle@dover.af.mil - Susan Bailey, Contract Specialist, Phone (302) 677-5104, Fax (302) 677-2309, Email Susan.Bailey@dover.af.mil
Demolish And Reconstruct Mahogany Hammock Boardwalk
Presolicitation Notice
Posted Date: May 1, 2002
Classification Code:
Maintenance, Repair or Alteration of Real Property
Contracting Office: Everglades National Park, Acquisition & Property Management 4001 State Road 9336, Ph: (305)242-7790, Homestead, FL US 33034-6733
Subject: Demolish and reconstruct Mahogany Hammock Boardwalk
Solicitation Number: I5292020144
Response Date: June 17, 2002
Contact: Gregg DeFelicibus, Contracting Specialist, (305)242-7799.
Description: The National Park Service is soliciting bids on a small-business set-aside from qualified companies, for the demolition and reconstruction of the existing Mahogany Hammock Boardwalk along its existing alignment of approximately 1950 linear feet. The work consists of the reconstructed boardwalk to be approximately 6 foot wide and vary in height above grade. The boardwalk decking and rails to be recycled lumber and provided as government-furnished material for installation by the contractor.
All other materials, including hardware and pressure treated lumber shall be provided by the contractor. Location: Everglades National Park, Mahogany Hammock, Monroe County, Florida. Mahogany Hammock is located 19.5 miles southwest of main park entrance to Everglades National Park which is 12 miles southwest of Homestead, Florida. All work will be performed and completed under a single contract. The SIC Code for this project is 1629 and the NAICS Code is 234990-All other Heavy Construction. Size standard is $27.5 million. The magnitude of this project is between $250,000.00 and $500,000.00. This solicitation will be posted and available at website http://ideasec.nbc.gov on or about May 15, 2002.
Hardcopy of the solicitation will not be issued, however vendors can request hardcopy of the drawings by contacting Gregg DeFelicibus, Contract Specialist, at fax 305-242-7795 or e:mail Gregg_DeFelicibus@nps.gov. Telephonic requests for the drawings will not be accepted.
Services to Remove and Recycle Paper and Beverage Containers
Document Type: Presolicitation Notice
Solicitation Number: N66604-02-Q-3869
Classification Code: F -- Natural resources & conservation services
Set Aside: Total Small Business
Contracting Office Address: Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, RI, 02841-1708
Description
The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a contract for services to remove and recycle paper (Catalogs, Colored Paper, Computer Paper, Envelopes, Magazines, Newspapers, NUWC Phonebooks, Post-it Notes, and White Paper) and beverage containers (Aluminum Cans, Glass and Plastic Bottles) in accordance with Statement of Work to be provided with the solicitation. This contract will be for a one year period beginning July 1,2002 with two one year options. Estimated release date of the solicitation is May 17, 2002. The NAICS code is 562111; size is $10.5M. This is a 100% small business set-aside. Our department no longer issues solicitations or amendments in paper form. Instead, they may be accessed at our web site http://www.npt.nuwc.navy.mil/contract/. We also provide electronic access in our Bid Room.
Point of Contact: Geraldine Shenberger, Contract Negotiator, Phone 401-832-1854, Fax 401-832-4820, Email shenbergergr@npt.nuwc.navy.mil - Emanuel Cannata, Branch Head, Phone 401-832-1441, Fax 401-832-4820, Email cannataem@npt.nuwc.navy.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