C&D RFPs for the Week

Several demolition projects are posted the week of Nov. 15.

Corpus Christi Ship Channel, Texas, Demolition and Removal of Mooring Dolphins and Mooring Anchors in Nueces County, Texas.

Document Type:  Presolicitation Notice

 

Solicitation Number: W912HY-05-B-0008

 

NAICS Code: 237990 -- Other Heavy and Civil Engineering Construction

 

Contracting Office Address: US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229

 

Description: The work consists of the removal of six reinforced concrete ship mooring dolphins and nine reinforced concrete mooring anchors, directed disposal of resultant debris including Hazardous and Toxic Waste, mitigation, and site clean-up after removal.     T here may also be a possibility that diving may be involved.    

 

The estimated cost range for this project is from $1,000,000 - $5,000,000.    

 

The North American Industrial Classification System (NAICS) Code applicable to this project is 237990.    

 

The Small Business Size Standard is $28.5 million and will be advertised,

 

The plans and specifications will be posted at the Galveston District Website.

 

Notification of amendments shall be made through paper or the Internet. However, the Government reserves the right to use only the Internet as notification of any changes to this solicitation.  It is therefore the contractor’s responsibility to check the following address daily for any posted changes to this solicitation.    

 

Contractors may view and/ or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: http://www.swg.usace.army.mil/ct.        

 

Contractors shall register on the Internet to receive a copy of this solicitation (CD-RO M).     No express mail procedures will be utilized on initial mailing of the CD.

 

All contractors are encouraged to visit the Army’s Single Face to Industry website at: http://acquisition.army.mil to view other business opportunities.    

 

All prime contractors must be registered with the Central Contractor Registration (CCR) in order to receive a government contract award.    

 

To register, the CCR Internet address is: http://www.ccr.gov/. Subcontracting goals for the Galveston District are: 50.9% - Small Business; 8.8% - Small Disadvantaged Business; 7.2% - Woman-Owned; 2.9% - HUBZone Small Business; 0.5% - Service-Disabled Veteran-Owned Small Business.

 

Point of Contact: Lucille Smith, 409 766-3845. Email your questions to US Army Corps of Engineers, Galveston at lucille.r.smith@usace.army.mil.

 

Asbestos Removal and Demolition of Building

 

Document Type:  Sources Sought Notice

 

Solicitation Number: RMS00050002

 

Set Aside: Total Small Business

 

Contracting Office Address: Bureau Of Indian Affairs, Branch of Contracts, 711 Stewards Ferry Pike, Suite 100, Nashville Tennessee 37214

 

Description: This is a Buy Indian and Indian Own Business Total Small Business Set aside.    

 

The Bureau of Indian Affairs, Eastern Region Office is seeking potential small business contractors to provide potential supplies/services needed to inspect and determine the exact location and extent of possible asbestos containing materials present in one 960 square foot module building.    

 

Determine the friability of the asbestos, remove, and dispose of the asbestos according to all applicable regulations and safety procedures to comply with 40 CFR Part 61 and for the purpose of demolishing.    

 

After removal of any possible asbestos, the contractor will then demolish the 960 square feet building, remove all construction debris from the site.    

 

The contractor will also be responsible for submitting two copies of a report listing the exact location and quantity of asbestos containing material, a certification of proper removal and disposal of asbestos, and the demolition of the building.      

 

The award will be a Firm Fixed Price contract. The work is to be performed is located on the Tonawanda Indain Reservation, Basom NY 14013.    

 

The Contractor shall be registered vendor with Central Contractor Registration at www.ccr.gov.  

 

Contractors shall be licensed, properly certified, and insured.    

 

The Government estimated cost to complete this project is under $25000.00. The Government intends to award a contract not later than December 2004. Contractor shall provide all plant labor, material, and supplies as required to perform the work.    

 

The response received from this posting will be used to compile a list of potential sources for supplies/services.    

 

In particular, the Government is seeking to identify Qualified and Licensed vendors that can perform the work. This is not a notice for request for quotes, request for proposal, or invitation for bid issuance.    

 

This is not a solicitation for any type of requirement at all.    

 

This posting's purpose is only to uncover potential sources when the government has the requirement.    

 

The Government is in no way obligated to do business with or to enter into in any form of contract with any person, firm or other entity that receives this inquiry. The inquiry neither states or implies that future contracts will be awarded to persons, firms, or other entities responding to this inquiry. However, there may be possibility for future business if/when the Government has a need for this type of service. All interested parties shall respond with their complete Vendor profiles/company background history or any other information via facsimile (615) 467-1701 Attn Mr. Ken Lloyd or send by mail to the following address: Bureau of Indian Affairs ATTN Ken Lloyd, 711 Stewards Ferry Pike, Nashville, TN 37214.    

 

All response must be received by this office no later than November 30, 2004.

 

 

Demolition and Deconstruction Services

 

Document Type:  Presolicitation Notice

 

Solicitation Number: W912DY-04-R-0018

 

Set Aside: Total Small Business

 

NAICS Code: 562910 -- Remediation Services

 

Contracting Office Address: US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301

 

Description: The U.S. Army Engineering and Support Center, Huntsville, has a requirement for Demolition and Deconstruction Services at various Army Installations.    

 

The Army’s Installation Management Agency is responsible for providing equitable, effective and efficient management of Army installations worldwide.    

 

IMA is divided into seven geographic regions encompassing the continental United States as well as the Pacific, Europe and Korea.    

 

Services are being sought primarily for IMAs Northeast Region (ME, NH, VT, MA, CT, RI, NY, NJ, DE, PA, MD, WV, and VA).    

 

On occasion, services may be requested for government facilities within the other continental US regions.    

 

Among the many Army-wide programs assigned to IMA, the Facility Reduction Program (FRP) eliminates excess facilities and infrastructure that reduces fixed installation costs.    

 

The goal of the FRP is to reduce the maximum amount of excess facility areas at Army installations through demolition and deconstruction of buildings and structures, for the best value in a reasonable amount of time to produce clean sites consistent with environmental and safety requirements and objectives.      

 

This acquisition addresses the Northeast Regional Office (NERO) of the Installation Management Agency (IMA).    

 

NERO supports the soldiers, civilians, and family members of 28 installations in the northeast that spans five major commands.    

 

Tasks to be performed using this contract include: facilities reduction, demolition and/or deconstruction; site assessments; environment al assessments; remediation of facilities contaminants (i.e., lead, asbestos, PCBs, petroleum byproducts); recycling of building materials; redirection of waste streams; value engineering; data collection, analysis and reporting; transfer of lessons learned.    

 

Requirements will include: planning for and carrying out demolition (or deconstruction) of an undetermined amount of various government buildings, structures and facilities, and removal and transport of construction debris, asbestos and/or lead based paint.    

 

Debris reduction through recycling, debris processing, etc., will be a major consideration.    

 

Demolition of buildings and structures inherently effects the local environment. Local regulations will be identified. The Government shall provide information that relates to hazardous material and environmental protection regulations at each base.    

 

A single solicitation with multiple awards is proposed for this contract. It will be an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with one bas e year and four one-year options.    

 

The contract will be a services contract (with incidental A-E services).     Approximately 85% of the task order effort will be firm fixed-price (FFP) with the capability to issue time and materials (T&M) task orders.      

 

The total usage of all the contracts is $2,950,000 for the base year, and $2,950,000 for the each of the four option years.    

 

The estimated total program ceiling is $14,750,000.    

 

The contract is subject to the minimum ordering requirements. This contract will be used to execute the Facilities Reduction Program lessons learned. This is a 100% small business set-aside.    

 

The North American Industry Classification System Codes for this acquisition is 562910 Environmental Remediation

 

Source Selection Procedures will be in accordance with all currently applicable FAR, DFARS, AFARS, and EFARS provisions. The procurement strategy will be a competitive negotiation using the source selection trade-off process in order to obtain services that offer the best value to t he government.    

 

Source selection will include a page-limited written proposal and/or oral discussions upon which the final selections will be made.    

 

The Contractor will be selected on a competitive basis by applying meaningful and objectively rated evaluation factors stated clearly in the Source Selection Plan and the solicitation.    

 

Those factors will include past performance, technical and management capability, and price.    

 

The Government will also consider past performance information from all relevant sources, in accordance with FAR 15.305(a)(2)(ii).    

 

The contract will be awarded to the offerors who are determined to provide the best value based upon evaluation of all factors.    

 

The contract will require the contractor to continually assess and upgrade his technologies and technical knowledge bases throughout the life of the contract.     The contractor will be responsible for preparing environmental documentation, permit applications, and developing an environmental plan where applicable.     The intent is to issue a Request For Proposals (RFP) within this calendar year for Businesses that have the ability to meet these specific requirements. A Preproposal Conference i s planned (date TBD) to help answer any questions Businesses may have on the RFP. Questions are to be sent by email to: Kathy.R.Wallace@hnd01.usace.army.mil

 

Point of Contact: Emily D. Durham, 256-895-1554, Emily.D.Durham@hnd01.usace.army.mil

 

Construct Close/Demolish Facilities And Structures, Various Locations

 

Document Type:  Presolicitation Notice

 

Solicitation Number: NNK05086160R

 

Classification Code: Z -- Maintenance, repair, and alteration of real property

 

NAICS Code: 238910 -- Site Preparation Contractors

 

Contracting Office Address: NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

 

Description: NASA/KSC plans to issue a Request for Proposal (RFP) for Construction of Close/Demolish Facilities and Structures, Various Locations at KSC and CCAFS. The work to be performed essentially consists of constructing the demolition and disposal of existing permanent and temporary facilities located at KSC and CCAFS.    

 

The scope of work includes dismantling, scrapping of internals, asbestos abatement, heavy metals precautions, decommissioning of utilities, preparation for disposal, and disposal.    

 

The work also includes returning the grounds and landscape to original condition.     The contract will have a basic requirement for the demolition and disposal of a group of facilities and structures; and three fixed price options, each for demolition and disposal of a small group of additional facilities and structures.       Source selection for this firm fixed price contract will be accomplished using Performance Price Tradeoff (PPT) Evaluations.    

 

The order of magnitude for the procurement is between $1,000,000 and $5,000,000 and the effort shall be completed within 270 calendar days after notice to proceed. This procurement is part of the Small Business Competitiveness Demonstration Program. The NAICS Code and small business size standard for this procurement are 238910 and $12,000,000, respectively.    

 

The anticipated release date of the RFP is on or about November 12, 2004, with an anticipated offer closing date of on or about December 13, 2004. The firm date for receipt of bids or proposals will be stated in the RFP.    

 

Drawings will be available from the Bid Distribution Office, telephone 321-867-2851. All responsible sources may submit a proposal which shall be considered by the agency. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement [with the exception of the specifications and drawings] will be available over the Internet.     These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application.    

 

The Internet site, or URL, for the NASA/KSC Business Opportunities page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76.     

 

Prospective offerors shall notify this office of their intent to submit an offer.     It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any).    

 

Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any).    

 

Any referenced notes may be viewed at the URLs linked below. FAR 52.236-27 Site Visit (Construction) (Feb 1995)     Alternate I (Feb 1995) (a)     The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of the solicitation.    

 

Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed.      

 

(b)           An organized site visit has been scheduled for (TO BE DETERMINED - THIS INFORMATION WILL BE CONTAINED IN THE RFP).            

 

(c)       Participants will meet at (TO BE DETERMINED - THIS INFORMATION WILL BE CONTAINED IN THE RFP).        (End of Provision) All contractual and technical questions must be submitted in writing.     Telephone questions will not be accepted.

 

 

Point of Contact: Jack E. Massey, Contracting Officer, Phone (321) 867-3463, Fax (321) 867-2042, Email Jack.Massey-1@ksc.nasa.gov - Roy M. Colvin, Contracting Officer, Phone (321) 867-3415, Fax (321) 867-1166, Email Mitch.Colvin-1@ksc.nasa.gov.