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

Several demolition projects are on the list this week.

Stinnett WRP Project, Pottawatomie County, Oklahoma

Document Type:  Presolicitation Notice

Solicitation Number: RFQ-NRCS-13-OK-03

Set Aside: Total Small Business

Contracting Office Address: Department of Agriculture, Natural Resources Conservation Service, Oklahoma State Office, 100 USDA, Suite 206, Stillwater, OK, 74074-2655

Description: Work will consist of excavating waterways, repair earthfill dike, and salvage & spread topsoil. Performance time is 35 calendar days.

Estimated price range is between $50,000 - $100,000. This procurement is set aside 100 percent small business. The North American Industry Classification Code is 237990.

Bid packets will be available at the site show, which is scheduled for 10:00 a.m. on August 12, 2003, at USDA-NRCS, 201 N. Bell, Room 109, Shawnee, OK 74801.

Bids may be mailed to USDA-NRCS, 100 USDA, Suite 206, Stillwater, OK 74074, hand-carried to USDA-NRCS, 100 USDA, Suite 213, Stillwater, OK 74074, or faxed to 405.742.1295. Bids must be received before 1 p.m. on August 19, 2003.

Original Point of Contact: Luann Lillie, Contracting Officer, Phone 405-742-1224, Fax 405-742-1295, Email luann.lillie@ok.usda.gov.

Place of Performance: Address: Pottawatomie County, Oklahoma

Demolition

Document Type:  Presolicitation Notice

Solicitation Number: F61040-03-T0016

Contracting Office Address: Department of the Air Force, United States Air Force Europe, 65 CONS, 65 CONS/LGC, Lajes Field, Azores APO, AE, 09720

Description: Civil Engineers requires the structure above ground Bldg. T-558 to be demolished. This facility was previously the small arms range that has been closed and abandoned for many years. The roof consists of transite metal. The interior ceiling tiles contain asbestos. The interior floor area is sand and contains concentrations of contaminated lead. The front door also contained lead based paint. The Contractor shall perform all work IAW- Lajes Asbestos Management Plan, the Final Governing Standards (FSG) for the Azores and all appropriate regulatory requirements for guidance and approved work practices relating to the removal of Lead Contaminated Soil and Asbestos Containing Materials.

The work site shall be cleaned at the end of each workday and prepared prior to the Final Inspection. No work shall take place until the following submittals are submitted and approved by the Government: a work plan, a work schedule, an Environmental Protection Plan, an Asbestos Hazard Removal Plan and a Lead Based Paint Removal Plan.

The performance period is approximately 90 calendar days. North American Industry Classification System assigned to this acquisition is 238910. This requirement is restricted to mainland Portugal and its territories.

All responsible sources meeting the criteria set forth in the Request for Proposal (RFP) may submit an offer, which will be considered by the Government. The request for Proposal (RFP) package will be available for viewing at the 65th Contracting Office Bulletin Board, T-615, Lajes Field, Azores on or about 13 Aug 03. A pre-proposal conference and a site visit will be held at Lajes Field on or about 26 Aug 03. The solicitation, plans, specifications, and drawings will be provided in a printed paper format.

All proposals and other normal documents required for the proposal submittal, including amendments to the proposal submittal, shall be in paper medium. Questions related to this project must be submitted in writing to 65 CONS/LGCA, Attn: SrA Christopher Day, Unit 7775, Bldg. T-615, Lajes Field, Azores Portugal 09720-7775, or e-mail to: Christopher.Day@lajes.af.mil.

All contractors interested in receiving notification of updates/amendments to the solicitation posted on the EPS are urged to enroll on the web site mailing list for this acquisition. Those contractors enrolled will be notified automatically of any changes made to the RFP through their e-mail addresses. No telephone requests will be accepted.

Original Point of Contact: Christopher Day, Contract Specialist, Phone 011-351-295-576162, Fax 011-351-295-573758, Email christopher.day@lajes.af.mil - Joseph Preusser, Team A Leader, Phone 011-351-295571459, Fax 011-351-29573758, Email joseph.preusser@lajes.af.mil.

Warren Estate Demolition

Document Type:  Presolicitation Notice

Solicitation Number: I194003M011

Contracting Office Address: NPS/STATUE OF LIBERTY NM Liberty Island New York NY 10004

Description: The National Park Service is issuing a solicitation (Invitation for Bid) for the demolition of the Warren Estate located within the Morristown National Historic Park, Morris County, NJ.

The work includes: the demolition and removal of buildings, pavements, slabs, structures, asbestos-containing materials, portions of abandoned utilities, including the domestic potable well, and two (2) underground fuel storage tanks; and site restoration, including backfilling, grading, and seeding to blend with original contours and provide free drainage flow. The solicitation, including the specifications, drawings and wage determination, is posted to the websites, http://www.fedbizopps.gov.

All pertinent information regarding this solicitation, to include any amendments, will be posted on this website. No hard or soft copies of the solicitation will be mailed or issued in any way directly from the contracting office. Telephone, verbal, email or fax requests for copies of this solicitation will not be recognized or honored by the government. In order to download a copy of the solicitation and the attachments, vendors may be required to enter both their Federal Tax Identification Number (TIN) and their DUNS number, which is available from Dun and Bradstreet at 1-888-546-0024, or on the Internet at http://www.dnb.com/us/.

The place of performance is within the Morristown National Historic Park, Morris County, NJ. The site is part of the Morristown National Historic Park, and is maintained and operated by the National Park Service. The Warren Estate is located at the start of Bailey Hollow Road and Mt. Kemble Avenue in Harding Township, Morris County, New Jersey. Based on the magnitude of this project, the price is estimated to be between $250,000.00 and $500,000.00. The NAICS code for this project is 235940 with a size standard of $12,000,000.00. This acquisition is being issued pursuant to the "Small Business Competitiveness Demonstration Program Act of 1988 (Public Law 100-656)" and subsequent award will be subject to the Small Business Competitiveness Program. Therefore, this solicitation will be issued unrestricted. A price evaluation preference for HUBZone Small Business concerns will be applied in accordance with FAR 19.1307 and FAR 52.219-4.

Original Point of Contact: Ryan T. Parker Contracting Officer 2123633206114 ryan_parker@nps.gov.