C&D RFP (Request for Proposal) for the Week

Several demolition projects are on the docket this week.

Demolish Building

Document Type: Combine Solicitation

Solicitation Number: Reference-Number-FQ441733160100

Set Aside: Total Small Business

Naics Code: 238990 -- All Other Specialty Trade Contractors

Contracting Office Address: Department of the Air Force, Air Force Special Operations Command, 16th Contracting Squadron, 350 Tully Street P.O. Box 9190, Hurlburt Field, FL, 32544-9190

Description: Summary of Work. The contractor shall furnish all notifications to regulatory agencies, permits, fees, labor, material, tools, supervision, equipment, and perform all operations necessary to accomplish the demolition and removal of a 881/2 foot x 42 foot concrete and block building, roof, and structural steel. The 48 foot x 50 foot Concrete Loading Ramp and all sidewalk shall also be demolished and removed. All the material shall be removed and disposed of off Hurlburt Field meeting all EPA and Environmental rules and regulations. All concrete, concrete sidewalk, shrubs, decorative stone and all building contents shall be removed and disposed of off Hurlburt Air Force Base.

The work includes demolition of all identified items, materials, and removal of resulting rubbish and debris in the above statement. Rubbish and debris shall be removed from Government property daily, unless otherwise directed by the Contracting Officer. This is to avoid the accumulation of demolition debris on the project site. Material that cannot be removed daily shall be stored in areas specified by the Contracting Officer. In the interest of Safety, the work shall be performed with regard to protection of personnel and property. In the interest of conservations, salvage shall be pursued to the maximum extent possible. The Contractor shall be responsible for removing all salvaged materials off Base and disposing of in a proper manner as to comply with all environmental rules, regulations and AFOSH Safety Standards.

The amount of dust resulting from the demolition shall be controlled to prevent spreading of dust to occupy portions of the construction site and to avoid creation of a nuisance to the surrounding area. Use of water will be permitted to hold down dust and polluting of the surrounding area.

Protection of Personnel: During the demolition work the Contractor shall Cordon off a 50 foot area around the facility with flag tape; and continuously evaluate the condition of the structure being demolished and take immediate action to protect all personnel working in and around the demolition site.

Material salvaged upon demolition of the above project shall be removed daily from the Government property and shall be completely gone upon completion of the project. Materials salvaged by the contractor shall not be sold on site.

Upon completion of the demolition and disposal of the above items in the statement of work the contractor shall finish grade the area around the demolition site to blend in with the existing contours of the surrounding area. Contractor shall install Argentina Bahia grass at least six feet past the outside perimeter of where the existing facility stood. The area to be soded shall be at least 145 feet x 65 feet. There shall also be sod placed where the sidewalk is removed and the shrubs are taken away.

The contractor is fully responsible, and liable for th3e completion of the project including but not limited to, the notifications to regulatory agencies, permits, payments of any and all fees and perform all work to the satisfaction of the Contracting Officer.

The Contractor will have 60 days performance time to tear down and remove the one metal building and demolish the addition and remove all debris from the job site.

A Firm-Fixed-Price Purchase Order will be issued in writing. The POC for this solicitation is MSgt Suttle at (850) 884-3271 or SSgt Ouder at (850) 884-5373 between the hours of 7:30 AM and 5:00 PM central daylight savings time or via e-mail to shannon.suttle@hurlburt.af.mil.

Original Point of Contact: Chevette Suttle, Contract Specialist, Phone (850) 884-3271, Fax (850) 884-2041, Email shannon.suttle@hurlburt.af.mil - Elishama Ouder, Contract Specialist, Phone (850) 884-5373, Fax (850) 884-2041, Email elishama.ouder@hurlburt.af.mil.

Construction

Document Type: Sources Sought Notice

Solicitation Number: DTFACT-04-R-00007

Contracting Office Address: FAA, ACX-52 W.J. Hughes Tech Center (ACT)

Description: This solicitation announcement is to notify interested parties of the FAA's intentions to procure the following Construction Services. The NAICS code is 233320 " Commercial and Institutional Building Construction.

This announcement does not obligate the FAA to procure the services so listed for the Hangar Building #301.

General Contractors are to perform 35% of the requirement/work. Building #301 is approx. 36 yrs old. This building is located next to the Atlantic City International Airport, New Jersey 08405. Work to include multiple HVAC replacements, modification, Electrical work, Ceiling Tile replacement, Exterior Window Replacement (Est Qty 200) and metal wall panels, plumbing, demolition & disposal. CPM Scheduling shall be required. Overall period of performance will be 365 calendar days.

A mandatory site visit will be held March 12, at 9:30 AM EST. It is strongly recommended that Subcontractors attend the site visit. Drawings, Spec's and Solicitation will be handed out to site visit members only. The cost to obtain Drawings and Specifications shall be $200.00. Only cashier checks or Money Orders will be accepted and made out to the FAA W.J. Hughes Technical Center. Have copy of Check/Money Order if orginal was mailed when attending site visit. Estimate range for this project is between $1,000,000.00 and $5,000,000.00.

Bid bond shall be 20% of proposal. Performance & Payment bonds in the amount of 100% of contract price are required. A Firm Fix Priced Contract Type will be utilized. Subcontractor plan will be required with proposals. Security issues require companies to identify personnel whom will attend the mandatory site visit.

Proposals will only be accepted from site visit participants. All proposals are due by March 24, 2004 2:00PM EST. All questions must be in writing (e-mail) and submitted by March 19, 2004. Anticipated date of award will be on or before March 29th, 2004. All inquiries to be submitted via e-mail only.

Email your questions to jerry.hendricks@faa.gov at jerry.hendricks@faa.gov

Contractor to provide demolition and site restoration of various tracts within Sleeping Bear Dunes National Lakehsore, Empire, Michigan per attached specifications

Document Type: Presolicitation Notice

Solicitation Number: I6300040010

Set Aside: Total Small Business

Contracting Office Address: Indiana Dunes Nat'l Lakeshore 1100 North Mineral Springs Road Porter IN 46304

Description: The overall objective of this contract is to rehabilitate and restore previously disturbed properties (tracts) within Sleeping Bear Dunes National Lakeshore to their natural state. Removal shall include but is not limited to: all buildings, foundations, walls, basements, floors, steps, all slabs (including asphalt or concrete slabs used as pull-overs on or near any highways that fall within park boundaries), curbs, sidewalks, driveways (concrete and asphalt), fences, septic systems, trash and debris, concrete, steel or wood pilings, wire steel reinforcing rods and any other materials that are not of a natural setting. Magnitude of project: $100,000.00 to $250,000.00. Point of contact: Patsy Ferguson, Contracting Officer, Indiana Dunes National Lakeshore, 1100 North Mineral Springs Road, Porter, Indiana 46304-1299. Phone 219-926-7561, ext. 436. Set aside for small businesses.

Solicitation and specifications only available electronically on or about March 3, 2004 at www.ideasec.nbc.gov.

Original Point of Contact: Patsy Ferguson Contracting Officer 2199267561436 Patricia_Ferguson@nps.gov.