C&D RFPs for the Week

Two construction and demolition based projects are on the docket this week.

Crush Concrete Rubble

 

Document Type:  Combine Solicitation

 

Solicitation Number: F23606-04-Q-0008

 

Set Aside: Total Small Business

 

Naics Code: 238910 -- Site Preparation Contractors

 

Contracting Office Address

 

Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, MO, 65305

 

Description: This combined synopsis/solicitation is set-aside for small business, commercial items (non-personal services), prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. North American Industry Code 238910 with a size standard of $12.0M applies to this procurement. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is F23606-04-Q-0008, which incorporates the provisions and clauses as those in effect through Federal Acquisition Circular 2001-20. Department of Labor Wage Determination number 94 ? 2307 Rev (26) is to be used during the contract, www.ceals.usace.army.mil.  The Period of Performance shall be 60 days; commencing on the date the Notice to Proceed is issued.

 

Prospective offerors shall be registered in Central Contractor Registration before award, www.ccr.gov.    

 

Description of Work

 

GENERAL

 

1.1. Scope of work. The Contractor shall furnish, deliver and install a fully operational industrial crusher to the Whiteman AFB Solid Surface Holding Area. The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary for the operation this purchase order. The Contractor shall be responsible for furnishing and installing all peripherals such as conveyor systems, materials handling equipment (machinery), etc that is required for this purchase order. The quantity of concrete rubble to be crushed is approximately 2,000 tons. The Period of Performance shall be 60 days; commencing on the date the Notice to Proceed is issued.

 

1.1.1. The crusher must be capable of producing aggregate from steel reinforced concrete, concrete block, and asphalt that is transported to the site as a result of infrastructure demolition, etc. The equipment must have the capability to produce aggregate from 1inch up to 8 inches in diameter. The Contractor shall be required to produce aggregate of -1 inch sieve size with fines. The end product will be used for road bed build-up compaction and cover.

 

1.2. The Contractor shall be responsible for metal recovery from the aggregate end produce. All metals shall be removed from the landfill waste when feasible. Ferrous metals will be removed from the processed aggregate and put into a recycling dumpster (government furnished) to be disposed of as scrap metal through the Defense Marketing and Reutilization Office (DRMO).

 

2. Equipment. The industrial crushing plant must be capable of processing a minimum of 45 tons of construction/demolition debris per hour or, as a minimum, the debris from 250,000 square feet of reinforced concrete building materials within 2 weeks (10 operating days)

 

2. 1. Equipment Standards. The equipment shall meet all Federal, State, and local government rules/regulations, and standards relating to ambient air quality and air pollution controls. The Contractor shall provide dust suppression methodologies to ensure compliance with Clean Air Amendments of 1990, (PL) 101-549 (U. S. Code (USC) 7401-7671q), and the Missouri Air and Land Protection Division and other state and local laws and regulations.

 

3. Support Requirements. The Contractor shall provide support services for all equipment. The Contractor shall:

 

a.   Provide, as part of the crusher plant, conveyors for moving the debris to the crusher and the end product to the stockpile locations.

 

b.   Ensure that all construction and installation is properly completed and that the plant is operational and meets all applicable functional specifications.

 

c.   Provide the manpower necessary to operate and maintain the equipment, including the peripheral equipment. The negotiation and execution of the total employment cost is the responsibility of the contractor.

 

d.   Provide a final inspection and acceptance test for the Government at the Whiteman AFB site to examine all operational characteristics pertinent to the identified installation site.

 

4. GOVERNMENT FURNISHED INFORMATION: The Government shall furnish:

 

a.   The specific location (site) for the crusher plant.

 

b.   Any specific site information deemed necessary to complete the plant installation.

 

c.   An electrical power supply of 480 volt, 3 phase at a pole adjacent to the site. The Contractor shall be responsible to provide the electrical power from the pole to the plant equipment.

 

d.   Access to on-site restroom facilities for contractor use during operating hours.

 

e. A 30 cubic yard open-top container for recycle metals

 

5. All construction shall be accomplished in accordance with Whiteman AFB safety regulations, Federal or State regulations, OSHA regulations and local codes, special care and consideration regarding adjoining property and complete restoration should damage occur.

 

All Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS) and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses and provisions referenced below may be reviewed and/or obtained from the Federal Acquisition Regulations website at Internet address http://farsite.hill.af.mil/.  

 

The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors -- Commercial Items, FAR 52.212-3. Offerors Representations and Certifications -- Commercial Items, FAR 52.212-4.  Contract Terms and Conditions -- Commercial Items, FAR 52.212-5 ? Contract Terms and Conditions to Implement Statutes or Executive Orders -- Commercial Items, Paragraphs (a), (b) (13) (14) (15) (16) (17) (18) (19) (21) (24) (29) , (c) (1) (2) (4), (d), and (e) applies to this solicitation. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Jan 2004) (Deviation), FAR 52.252 ?1 Solicitation Provision Incorporated by Reference, FAR 52.252 ?2 Clauses Incorporated by Reference, DFARS 252.204-7004 Alternate A, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials and AFFARS 5352.242.9000, Contractor Access to Air Force Installations.

 

Proposals in response to this notice from responsible sources shall be submitted in writing no later than 1600 Central Standard Time (CST), 23 April 2004.

 

Original Point of Contact: Matthew Null, Contract Administrator, Phone (660) 687-5436, Fax (660) 687-4822, Email matthew.null@whiteman.af.mil - George Cromer, Contracting Officer, Phone (660)687-5399, Fax (660)687-4822, Email 509cons.sollgca@whiteman.af.mil

 

Demolition of Various Facilities at Selfridge ANG Base, MI.

 

Document Type:  Presolicitation Notice

 

Solicitation Number: W912JB-04-R-4006

 

Posted Date: Apr 08, 2004

 

Original Response Date: May 27, 2004

 

Current Response Date: May 27, 2004

 

Original Archive Date: Jul 26, 2004

 

Current Archive Date: Jul 26, 2004

 

Classification Code: P -- Salvage services

 

Set Aside: Total HUB-Zone

 

Naics Code: 238910 -- Site Preparation Contractors

 

Contracting Office Address: 127th WG/LGC, Operational Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213

 

Description: Services, non-personal to provide all plant, labor, transportation, materials, equipment for demolition of various facilities at Selfridge ANG Base, Michigan. All debris shall be disposed of off base in a licensed landfill.

 

Contractor shall not cause, let, permit, suffer, or allow the emissions of unconfined particulate matter from any activity including vehicular movement, transportation of materials, alteration, demolition or wrecking, to industrial related activities such as loading, unloading, storing, or handling with without taking reasonable precautions to prevent such emissions.

 

The total performance period is 120 calendar days after receipt of Notice to Proceed. The estimated solicitation issue date is 23 April 2004. Estimated proposal closing date is 27 May 2004. A firm-fixed price contract will be awarded. The contract will be awarded under Source Selection procedures specified in the solicitation. Evaluation factors include Price and Past Performance.   This acquisition will be issued as a 100% Hub Zone Set-Aside. The North American Industry Classification is 238910, The Standard Industrial Classification Code is 1795 and the small business size is $12.0 Million annually. A Firm-Fixed-Price contract will be awarded. The projected da te for availability of the solicitation package is on or about 1 May 2004. The solicitation package will be issued via the web only. All amendments, site visit minutes and questions will be posted on the web.   

 

There is no charge for the solicitation, plans and specifications, which will be available at the following Internet site: http://www.selfridgecontracting.com/Ebs/AdvertisedSolicitations.asp.  

 

All contractors and subcontractors interested in this project must register at the site. Prime contractor s must be registered in the Central Contractor Registration as: http://www.ccr.com  to be eligible for award. There will be a preproposal conference tentatively scheduled for 12 May 2004.

 

Interested contractors are encouraged to attend and should contact 1 27 MSC Contracting Division at: 127th WG Contracting 127thWGContracting@miself.ang.af.mil via email not later than 2 May 2004 for clearance at the main gate. Information required for clearance will be in the solicitation. Place of performance is Selfridg e ANG Base, Michigan.

 

Original Point of Contact: Robert Austin, 5863072866

 

Email your questions to 127th WG/LGC at robert.austin@miself.ang.af.mil