Environmental Engineering And Design Services For Hazardous Material/Waste Projects
Document Type: Sources Sought Notice
Solicitation Number: N62472-03-R-1442
Contracting Office Address
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
Description: An environmental/ civil/ sanitary engineering firm is required to perform engineering and design services under an indefinite quantity contract for diverse environmental engineering work for various activities located primarily in the Naval Facilities Engineering Command, Engineering Field Activity Northeast, ten state area of responsibility including the states of Maine, Vermont, New Hampshire, Massachusetts, Connecticut, New York, New Jersey, Pennsylvania, Rhode Island and Delaware.
Work could also be added in the area of responsibility of Atlantic Division, Naval Facilities Engineering Command in the states of Virginia, North Carolina and West Virginia as well as the Caribbean, the Azores, Iceland, Europe (including Engineering Field Activity, Mediterranean areas). Also, work could be added in the area of responsibility of Engineering Field Activity, Chesapeake including the District of Columbia and the state of Maryland.
Additionally, an order could be issued for any Government facility in the world. Work assignments are expected to be primarily concerned with hazardous materials/hazardous waste and oil and hazardous substance spill prevention and response planning projects. Hazardous materials/hazardous waste work shall include, but not be limited to, studies; field sampling; laboratory analysis; designs; facility closures; and permit applications concerning subjects such as: hazardous materials/hazardous waste handling, storage, treatment, and disposal.
Oil & hazardous substance spill prevention and response work shall include, but not be limited to, studies; spill prevention, control, and countermeasure plans; spill contingency plans; facility response plans; and facility designs. Also, work projects in the following areas may be included: Emergency Planning & Community Right-to-Know Act; solid waste management; PCBs; detection and remediation of underground storage tank leaks; installation of new underground storage tanks; pollution prevention; source reduction and recycling; environmental management systems; and environmental baseline surveys. Work assignments, in instances where emergency circumstances exist, may also involve projects in other environmental arena.
Work in these media may include, but not be limited to, studies, field sampling, lab analysis, designs, and permit applications concerning subjects such as: air pollution abatement and sampling; potable water treatment and distribution; and industrial & sanitary wastewater collection, treatment, discharge, sampling, and analysis.
The initial project will be identified at a later date. The following design related pre-priced options may be exercised at the discretion of the government: 0-35 percent design, 35-100 percent design; and Post Construction Award Services such as shop drawing review/approval, consultation during construction, construction inspection services, and preparation of record drawings.
Options are normally exercised within several months of completing prior work; however, delays up to one year are possible. Firms are advised that work could potentially involve close contact with hazardous materials/hazardous wastes and asbestos in various settings. Firms unable to accept work in these environments need not apply.
Significant Evaluation Factors (In Order of Importance): 1. Specialized experience of the firm in the type of work described above. 2. Professional qualifications of staff to be assigned to this contract (including those of any consultants). 3. Capacity of the assigned team to accomplish the work within the required time constraints. 4. Past performance with respect to quality of work and compliance with performance schedules (emphasis on D.O.D. work). 5. Quality Control Program. Use of an internal quality control program to ensure technical accuracy and discipline coordination of the studies, plans, and specifications. 6. Location of the firm in the general geographical area of the project and knowledge of the locality of the project, provided that there is an appropriate number of qualified firms therein for consideration. 7. Small Business and Small Disadvantaged Business Subcontracting Plan - Firms will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program.
The Secretary of the Navy has assigned Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses of 65 percent. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) including Historically Black Colleges/Universities/Minority Institutions (HBCU/MI) - 14.8 percent, Women-owned Small Business - 14.4 percent, Veterans Owned Small Businesses - 3 percent, Services Disabled Veteran Owned Small Businesses - 3 percent, and HUBZone Small Business - 3 percent. Large Business Firms shall submit their Navy-wide SF 295 with their Standard Form 255.
The slated firms will be required to provide a preliminary subcontracting plan as part of the interview. 8. Volume of work previously awarded to the firm by the Department of Defense within the past twelve months. Estimated Construction Cost: N/A. Type of Contract: Firm-Fixed Price. Estimated Start Date: April 2003. Estimated Completion Date: April 2008. The duration of the contract will be for one year from the date of an initial contract award with options for four additional one-year periods.
The total amount that may be paid under this contract (including the option years) will not exceed $3,000,000 for the entire contract term. The minimum guarantee for the entire contract term (including the option years) will be satisfied by the award of the initial project. The options may be exercised within the time-frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of A/E performance under the subject contract. There will be no dollar limit per project and no dollar limit per year.
The NAICS Code is 541330 and the small business size standard classification is $4,000,000. The proposed contract is being solicited on an unrestricted basis, therefore replies to this notice are requested from all business concerns. A/E firms, which meet the requirements described in this announcement, are invited to submit completed Standard Forms 254 and 255 to the office shown above. Standard Forms 254, 255, and 295 may be downloaded from the following GSA web site: http://www.gsa.gov/forms.
Contract number n62472-03-r-1442 and date due Feb. 25, 2003. Facsimile responses and e-mail responses will not be accepted. Late responses will be handled in accordance with FAR 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids. No material will be returned. Respondents may supplement this proposal with graphic material and photographs that best demonstrate capabilities of the team proposed by the project.
This is not a request for a proposal.
Original Point of Contact
Tina Phillips, Contract Specialist, Phone (610)595-0643, Fax (610)595-0671, Email phillipsms@efane.navfac.navy.mil.
Document Type: Presolicitation Notice
Solicitation Number: N0025303Q0056
Contracting Office Address: N00253 Naval Undersea Warfare Center Division Keyport 610 Dowell Street Keyport, WA.
Description: This requirement in support of the Naval Undersea Warfare Center Division Keyport, 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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is N00253-03-Q-0056.
This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-11. The applicable NAICS Code for this requirement is 562211 and has a size standard of 500 employees.
This requirement is a full and open competitive procurement, set-aside restrictions do not apply. The purchase order line items are: CLIN 0001: Pickup, Transportation, and Dispose (Recycle/Reclaim) 13 drums of Lithium contaminated hardware generated by NUWC Division Keyport, WA.
Work to be performed in accordance with the Statement of Work. The Statement of Work is available for download as N00253-03-Q-0056 at http://kpt-eco.kpt.nuwc.navy.mil.
Select item entitled Request for Quotes. N00253-03-Q-0056 will be listed with RFQs available for download. Pickup date no later than Feb. 21, 2003. Contractor shall possess an Environmental Protection Agency permit, and is authorized to receive, handle, transport, and treat/recycle or dispose of hazardous waste per EPA 40 CFR and Department of Transportation (DOT) 49 CFR, see Statement of Work for additional details.
The Purchase Order resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price and the following price evaluation factors: Single Award for All Items. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. (3) Delivery: Offerors must meet the required delivery d ate. (4) Past Performance, Evaluation of Past Performance, Past Performance will be evaluated through the Navy Red/Yellow/Green Program (5) Responsibility: Offerors must meet the standard for FAR 9.104. Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, 252.225-7000 Buy American Act-Balance of Payments Program Certificate, and 252.225-7035 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.223-5 Pollution Prevention and Right to Know Info, 52.237-2 Protection of Government Buildings, Equipment and Vegetation, Clause 52.212-4 Contract Terms and Conditions ? Commercial items. Clause 52.215-5 Contract Terms and Conditions Require d to Implement Statutes or Executive Orders ? Commercial Items applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19 Child labor-Cooperation w/Authorities & Remedies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT-CCR. DFAR Clause 525.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFAR clauses cited in this clauses are applicable to this acquisitio n: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7036 Alt 1 Buy American Act ? NAFTA Implementation Act ? Balance of Payments Program, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea and 242-247-7024 Notification of Transportation of Supplies by Sea. The following DFAR clauses are incorporated by reference 252.204-7004 Required Central Contractor Registration, 252.225-7017 Prohibition on award to companies owned by the People?s Republic of China. Quotes/Offers are due no later that 03 Feb 03, 1600 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-S1. Commercial Simplified Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete th e pricing providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.2000.com/). Any questions should be submitted in writing via the fax number provided above or e-mailed to vpeerson@kpt.nuwc.navy.mil To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer nonresponsive and result in rejection of the same.
Original Point of Contact
Vi Peerson 360-396-2226 Naval Undersea Warfare Center Division Keyport, Attn.: Supply department, Code 182, Building 945, 610 Dowell Street, Keyport, WA 98345-7610, Fax 360-396-7036
Email your questions to Vi Peerson, Purchasing Agent at vpeerson@kpt.nuwc.navy.mil
Technical Assistance under EPA-USCS Interagency Agreement No. 1X-01-13601
Document Type: Presolicitation Notice
Solicitation Number: RFQ-DC-03-00105
Contracting Office Address: Environmental Protection Agency, Administrative Contract Service Center, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
Description: NAICS Code: 9241 The United States Environmental Protection Agency intends to negotiate a sole source simplified acquisition, fixed-price purchase order contract with Ray Turner, Radiation Consultant with The David J. Joseph Company, Cincinnati OH. This contract will be for technical assistance to the EPA Radiation Protection Division, in support of the follow-on radioactive scrap metal monitoring pilot project at the Cooper T. Smith Stevedoring facility at the Port of Charleston SC. This effort is under EPA and U.S. Customs Service (USCS) Interagency Agreement 1X-01-13601.
The David J. Joseph Company is one of the largest scrap-metal brokerage operations in the U.S., recycling and selling ferrous and nonferrous metals worldwide. Turner is an internationally recognized expert regarding radioactive sources found in the scrap metal trade. The EPA RPD point of contact is Charles Blue on (202) 564-9488, blue.charles@epa.gov. The EPA OAM contracting authority will be Debbie Miller on (202) 564-1041, miller.debbie@epa.gov. Point of Contact, Christopher Smith, Purchasing Agent, Phone (202) 564-0372
Email your questions to U.S. Environmental Protection Agency at smith.christopher@epa.gov.
Portable Concrete/Asphalt Recycle Plant to be set up at MCAS Miramar
Document Type: Presolicitation Notice
Solicitation Number: N6338703RC000
Contracting Office Address: N00244 Naval Base 937 North Harbor Drive San Diego, CA
Description: This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11.
This Procurement is issued as a small business set-aside. See numbered note 1. The Standard Industrial Code is 1771 (NAICS 235710-Concrete Contractors) with a small business standard of $12.0 Million. The agency need is for a portable concrete/asphalt recycle plant to be set up at MCAS Miramar East, Building 24002 for the Navy Public Works Center.
The estimate is 10,000 tons for a period not to exceed one month . Vendor is to provide labor and equipment to recycle concrete and asphalt rubble. The Government will provide i) water within 50 feet of crusher; ii) labor to pick out trash from rubble; iii) any and all dust control; iv) separation and /or sorting of oversize material and breaking; v) movement of the recycled material to a fenced staging area; vi) site preparation; vii) traffic control, barricades, flaggers, etc.
Vendor and Government will mutually agree upon the recycling schedule and related sequencing.
The Period of Performance is the scheduled start date and a period of month thereafter. The requirement is for a firm-fixed price type contract with one CLIN for total job-Contractor is to provide his firm fixed price quote for the total job.
All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offer s received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government.
The following provision apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; 52.212-5 Facsimile Proposals.
Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7035, Buy-American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program Certificate; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.211-5, New Material, 52.219-6 Notice of Total Small Business Set-Aside; 52.243-1 Changes-Fixed Price, FAR 52.211-7 Other than New Material, Residual Inventory, and Former Government Surplus Property. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-41 Service Contract Act, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7036, North American Free Trade Agreement Implementation Act. Potential offerors are hereby notified of the Navy's intention to utilize the Government Purchase Card under the payment terms of the contract which may result from this solicitation. The purchase card program will replace the customary task or delivery order, invoice and remittance procedures with charge card purchases and automated supplier payments. DFAR 252.20 4-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award.
Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more information. Please ensure compliance with this regulation when submitting your proposal. 52.232-36 Payment by Third Party, 52.232-34 Payment by Electronic Funds Transfer, 52.247-35 F.O.B Destination, Within Consignee's Premises.
The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meet s the solicitation's minimum criteria for technical acceptability at the lowest price.
To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. Offeror must demonstrate that it holds all pertinent California permits, licenses and authorities to perform combined synopsis/solicitation requirements.
All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications.
Quotes must be received no later than Jan. 28, 2003 and will be accepted via FAX (619)-532 -1088, Attn: Brian O'Donnell, or e-mail brian_w_odonnell@sd.fisc.navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail.
Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/
Original Point of Contact: Brian O'Donnell 619-532-3445 Brian O'Donnell, Contract Specialist, Phone: 619-532-3445, or e-mail brian_w_odonnell@sd.fisc.navy.mil .
Refuse and Recycling Services
Document Type: Sources Sought Notice
Solicitation Number: F32605-03-R-0003
Contracting Office Address: Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, ND, 58205
Description: Provide Refuse/Recycling Services at Grand Forks AFB, ND to include Base Military Housing and Industrial areas. This acquisition is being considered for a HUBZone Set-aside.
If your firm is HUBZone certified and intends to propose on this acquisition, please provide the following information to the Contracting Office not later than FIVE (5) days after the publication of this notice: (1) SBA certification of HUBZone eligibility, (2) capability statement of your firm, this must include current and past contract performed on similar projects and a list of references and (3) a positive statement that your firm intends to propose on this acquisition. Based upon this response, the Contracting Officer will make a determination if there is a reasonable expectation of adequate competition for award or to proceed as Unrestricted. At the end of the five days period the Contracting Officer will evaluate the responses to determine if two HUBZone companies will propose and can perform the contract and make set-aside decision.
Original Point of Contact: Queen McCartney, Contract Specialist, Phone (701) 747-5287, Fax (701) 747-4215, Email queen.mccartney@grandforks.af.mil - Duane Mann, Chief, Construction Flight, Phone 701-747-5266, Fax 701-747-4215, Email Duane.Mann@grandforks.af.mil.
Munitions Recycling Capability Support
Document Type: Presolicitation Notice
Solicitation Number: DASG60-03-R-0003
Contracting Office Address
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
Description: The U.S. Army Space & Missile Defense Command intends to award, for the AMCOM Research, Development, and Engineering Center (AMRDEC), a noncompetitive follow-on contract for Munitions Recycling Capability to Amtec Corporation. This follow-on effort is pursuant to the authority of 10.U.S.C. 2304(c)(1) and 2304(d)(1)(B), as implemented by FAR 6.302-1 and 6.302-1(a)(2)(iii), only one responsible source and no other will satisfy agency requirements. Amtec Corporation, as the integrated project engineering team for the development of a Munitions Recycling Capability (MRC) for the Anniston Munitions Center (ANMC) and for the AMCOM Research, Development, and Engineering Center (AMRDEC), has developed a safe and environmentally friendly process for recycling of obsolete tactical munitions. Amtec developed and integrated a Pilot-Scale missile disposal and recovery system and successfully demonstrated and validated the recycling of over 1,000 TOW and other Hazard Class 1.1 and 1.3 missiles. Amtec transitioned the AMRDEC pilot-scale technology to a full-scale, prototype production capability which allows for the disassembly of TOW missiles into their major subcomponents and the subsequent separation of all hardware components from the energetic propellant and warhea d materials. Amtec recently initiated low rate initial production (LRIP) of recycling of obsolete TOW missiles. Amtec will continue operation of the MRC which includes munitions disassembly, hardware and rocket motor denozzling, propellant removal, warhead ingredient recovery, slurry explosive manufacturing, hardware decontamination, material handling, etc. Amtec will also provide system engineering support for new and emerging Resource Recovery and Recycling technologies, pollution prevention analysis and studies, disposition of recovered hardware and energetic materials for reuse and recycling, hazards/risk assessments, etc. A SECRET facility clearance is required. This is not a request for proposals/offers. However, any interested firms should submit their written qualifications to U.S. Army Space and Missile Defense Command, Attn: SMDC-CM-CT, Larry Ridgeway, and should reference DASG60-03-R-0003?. All notices of interest should be submitted within fifteen (15) days of publication of this notice. Foreign Participation is not allowed. POC is Larry Ridgeway, email larry.ridgeway@smdc.army.mil.
Original Point of Contact: Larry Ridgeway, 256-955-3441
Email your questions to US Army Space and Missile Defense Command, Deputy Commander at larry.ridgeway@smdc.army.mil.
Demolition Project
Document Type: Presolicitation Notice
Solicitation Number: 648-38-03
Contracting Office Address: Attn: Department of Veterans Affairs Medical Center, 3710 SW Veterans Hospital Road, Box 1034, Portland, Oregon 97201
Description: Contractor shall provide all labor, tools, equipment and materials necessary to completely prepare site for building operations and removal of all hazardous materials including asbestos, lead, PCB, and mercury containing materials and certain other items. This work will be followed by mechanical work (capping steam and condensate lines, sewer lines, water lines, etc.) , electrical work (removing feeder circuits, distribution panels, non-PCB transformers, etc.), demolition of seventeen (17) buildings and associated corridors, disposal of all debris, rough grading, seeding, patching walls and roofs at existing buildings and corridors, and certain other items as required by drawings and specifications. Worksite is located at the Portland VA Medical Center, Vancouver Division, Vancouver, Washington. All asbestos, lead, and PCB containing materials and refrigerants shall be removed in accordance with Federal and Washington State Laws by a certified asbestos removal Contractor.
Price range is $250,000 to $500,000. Applicable NAICS code is 238910. An electronic copy of the solicitation may be obtained FREE at the following URL: http://www.fedbizopps.gov or http://www.bos.oamm.va.gov/solicitation.
Bidders will need to click on 648-38-03 to download documents. Copies will also be on CD for a non-refundable fee of $25.00, ONLY certified checks or money orders will be accepted. Mail requests to Portland VAMC, Vancouver Div.; 1601 E. 4th Plain Blvd.; Attn: VCONT, Demolition A1-A4; Vancouver, WA 98661.
No fax or telephone requests will be honored. No hard copies of the solicitation or drawings will be provided.
Bidders are advised that they are responsible for obtaining all amendments which will only be posted at the URL address. Interested parties may print or have printed as many copies of the solicitation and/or drawings as are needed. Files in this Solicitation are in Word 97 format. Drawings are in AutoCAD =96 Plotter driver format. The Government assumes no responsibility for compatibility with interested party’s software. Bid opening will be March 7, 2003 at 3:30 PM
All responsible sources may submit a bid which will be considered.
Original Point of Contact: Point of Contact - Suzanne Scott, Contracting Officer, (503) 402-2865, Contracting Officer - Kenny Carleton, Contract Specialist, (360) 759-1607, or e-mail to kenny.carleton@med.va.gov.
Gowell Dam Removal
Document Type: Presolicitation Notice
Solicitation Number: RFQ-R9Z-03-18-HM
Contracting Office Address: Department of Agriculture, Forest Service, R-9 Lake States Acquisition Tea, 3654 Nursery Road, Rhinelander, WI, 54501
Description: Remove remnants and debris from a breached dam on the Big South Branch of the Pere Marquette River. The work includes removal of steel bridge structure, concrete/stone abutments and sill, bank stablization and placement of rip-rap.
Original Point of Contact: Tamie Thompson, Contracting Officer, Phone 231-723-2211 ext 134, Fax 231-723-8642, Email trthompson@fs.fed.us.
Place of Performance: Address: Newago County, Michigan
Demolition Services
Document Type: Presolicitation Notice
Solicitation Number: F39601-03-R-S001
Contracting Office Address: Department of the Air Force, Air Combat Command, 28 CONS, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, SD, 57706-4904
Description The contractor shall provide all labor, equipment, materials, transportation, and supplies for demolition services. Work will consist of demolition of Taxiway C, backfill and grading of disturbed surface to facilitate drainage of site, with suitable fill material. Seeding of disturbed area is also required.
The solicitation will be issued on an unrestricted basis under the Small Business Competitiveness Demonstration Program in accordance with FAR Part 19.1003(a). The North American Industry Classification System Code is 23594. The estimated issue date for the solicitation is 28 Jan 03.
The solicitation may be obtained by accessing http://www.eps.gov. Hard copies will not be provided. Contractors must register in the Central Contractor Registration (CCR), online at http://www.ccr.gov. Only one contract will be awarded. Performance price tradeoff procedures will be used with past performance being approximately equal to price.
Point of Contact: Nathaniel W. Trulove, Contract Administrator, Phone 605-385-1752, Fax 605-385-1726, E-mail nathaniel.trulove@ellsworth.af.mil. Alternate POC Ken Tritsch, Contracting Officer, Phone 605-385-1735, Fax 605-385-1741, email ken.tritsch@ellsworth.af.mil.