C&D RFPs for the Week

Several demolition projects are listed in this week's RFPs.

Removal of structures containing asbestos and lead paint, removal of structures, outbuildings, complete cleaning and disposal of trash and debris, including sidewalks, streets, foundations outbuildings, driveways.

 

Solicitation Number: Q730005R051

 

Classification Code: P -- Salvage services

 

Set Aside: Total Small Business

 

Contracting Office Address: MWR - Buffalo National River 402 N. Walnut, Suite 136 Harrison AR 72601

 

Description: The work of this contract consists of the removal of structures containing asbestos and lead paint, removal of structures, outbuildings, complete cleaning and disposal of trash and debris.

 

All sidewalks, streets, foundations, outbuildings, driveways, and all man made materials are to be removed from the site.

 

All abatement will be completed prior to starting demolition/removal phase of the project.

 

The contractor is required to provide proof of disposal of hazardous materials at an EPA approved site.

 

Contractor is responsible for complying with all local, state, and federal regulations in abatement and disposal of hazardous materials.

 

The NAICS code for this project is 238910, Business Size Standard is $12,000,000.

 

Contract duration is 120 days following notice to proceed.

 

In accordance with FAR Subpart 36.204, the price range for this contract is between $25,000 and $100,000.

 

An organized site visit will be scheduled and announced in the contract package.

 

The Solicitation and attachments will be posted on electronic commerce on or about March 4, 2005 at the following website: http://ideasec.nbc.gov.

 

Offerors wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation at http://ideas.nbc.gov.

 

This service is provided for convenience only and does not serve as a guarantee notification.

 

Subscribers to this service are ultimately responsible for reviewing http://ideasec.nbc.gov site for all information relevant to this solicitation.

 

Plan holders will be required to visit this website periodically to check for amendments and other changes to the contract documents.

 

No other notifications will be sent.

 

Responses will be due approximately 30 days following the date of posting of the solicitation unless extended.

 

Search by referencing the solicitation number (above), Department of the Interior, National Park Service.

 

Individual requests for solicitation packages will NOT be accepted and no packages are available in hard copy.

 

The point of contact for this solicitation is Linda K. Fritz, Contracting Officer, National Park Service, Buffalo National River, 405 N. Main Street, Harrison, Arkansas 72601.

 

Email address is kay_fritz@nps.gov and the telephone number is (870)741-5446 Ext. 245.

 

In order to download a copy of the solicitation, vendors will be asked to register their company with the electronic commerce website.

 

Be prepared with your company's DUNS number, available from Dun and Bradstreet at 1-888-546-0024, and your Federal Tax Identification Number (TIN).

 

Available files to download will be in one or a combination of formats: HTML, Microsoft Word, Portable Document Format (PDF), or AutoCAD DWG or DWF.

 

A paper copy of this solicitation will NOT be available to requestors.

 

Responses from Offerors will be accepted in hard copy format at the following address:

 

National Park Service, Buffalo National River, 405 N. Main Street, Harrison, AR 72601, Attn: Linda K. Fritz, Contracting Officer.

 

Offer form must include manual signature of the authorized company official.

 

Bonds must contain original signature, seals and power of attorney.

 

Offers must include completed version of Section K, Representations and Certifications, and other data specified in the solicitation.

 

Facsimile offers shall NOT be accepted.

 

Point of Contact

 

To view the rfp click on the following link: http://ideasec.nbc.gov/j2ee/solicitationdetail.jsp?serverId=NP144302&objId=1727566

 

Demolition/Abatement of Building T-128

 

Document Type:  Combine Solicitation

 

Solicitation Number: FA4486-05-T-0010

 

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

 

NAICS Code: 238910 -- Site Preparation Contractors

 

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: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice.

 

This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

 

Solicitation number FA4486-05-T-0010 is hereby issued as a Request for Quotation (RFQ).

 

The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27 and DFARS Change Notice 2005/02/22.

 

This combined synopsis/solicitation is restricted to Mainland Portugal and its territories.

 

The North American Industry Classification System (NAICS) code for the solicitation is 238910.

 

Item/Services Description

 

Award of this project is subject to availability of funds.

 

Provide all management, labor, tools, equipment, transportation and materials necessary to demolish Building T-128 including the abatement of lead based paint (LBP) and lead containing materials as well as the abatement of asbestos containing materials at Lajes Field, Azores.

 

Work also includes site restoration, to include seeding and grading following demolition.

 

It is the contractors responsibility to request and review an electronic copy of the statement of work (sow) for an in-depth review of this requirement.

 

Contact Lt. Jelmeland at karin.tjelmeland@lajes.af.mil for an electronic copy of the SOW.

 

A site visit is scheduled for 17 mar 2005, 0930 at building t-128 with a site visit of t-407/408 to follow.

 

The provision at 52.212-1, Instructions to Offerors - Commercial items, applies to this acquisition and is amended to read:

 

FAR clauses and provisions can be located via the internet at: http://farsite.hill.af.mil.     Offerors shall be evaluated in accordance with FAR 52.212-2     Evaluation - Commercial Items (Jan 1999), which is incorporated into this request for quote, with an addendum to paragraph (a) as follows:     The following factors shall be used to evaluate offers: (i) technical capability shall consist of the contractors certification to conduct abatment capability to of the item(s) offered to meet the government requirement as stated in this synopsis (ii) price.    

 

The government will make award to the responsible offeror whose offer conforms to the solicitation.    

 

Technical capability and price are approximately equal in importance.     Offerors shall provide a firm fixed-price offer IN EUROS.     Each offeror shall include a completed copy of the provisions at FAR 52.212-3 - Offeror Representation and Certifications ? Commercial Item (Jun 2003), with its offer.    

 

If the contractor has completed these representations and certifications through orca, the contractor shall indicate such in their offer. FAR clause 52.212-4 (Oct 2003) - Contract Terms and Conditions ? Commercial Items, is incorporated by reference and applies to this acquisition.     FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2005), applies to this acquisition and is incorporated by reference.     Paragraph (b) of the clause incorporates by reference the following FAR clause:     FAR 52.232-33 ? Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003).     Additional clauses incorporated are:     FAR 52.252-1 ? Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), 52.252-6 ? Authorized Deviations in Clause (Apr 1984), FAR 52.232-16 ? Progress Payments (Apr 2003); progress payments are authorized based on percentage of work completed, DFARS 252.212-7001 ? Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Sep 2004), and AFFARS 5352.242-9000 Contractor Access to Air Force Installations.     Invoices will be submitted and paid locally in Euros.     The following local clauses apply to this solicitation:     Lajes-008 ? REQUIRED INSURANCE (a) The Contractor shall procure and maintain during the entire period of performance under this contract the following minimum insurance as required by Portuguese Law(1)Insurance applicable to civil construction (2) Portuguese Law #2127, Labor Accidents 3 Aug 65 (3)Automobile liability (b) The Contractor shall also procure and maintain during the entire period of performance under this contract insurance to cover injuries to persons or damage to property that may occur in Portuguese territory as a result of acts or omissions done in the performance of duty by their employees, NOTE:     Full text of the Portuguese Laws may be accessed electronically at this address:     http://www.dr.incm.pt/dr/default.asp.     Lajes-009 - INSURANCE UNDER FIXED-PRICE CONTRACTS (IAW FAR 28.306) Reference FAR clause entitled ?Insurance under Fixed-Price Contracts? the contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. (a) Workmen's compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or required Workmen's Compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of "As required by Portuguese Law" (b)     General Liability Insurance.     Liability insurance covering bodily injury and property damage in the minimum limits of     "As required by Portuguese Law" per occurrence shall be required on the comprehensive form of policy.     (c) Automobile Liability Insurance.     This insurance shall be required of the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract.     At least the minimum limits of "As required by the Portuguese Law" per person and "As required by the Portuguese Law" per occurrence for bodily injury and "As required by the Portuguese Law" per occurrence for property damage shall be required.     Lajes-012 - LABOR LAWS OF HOST COUNTRY, Contractors shall comply with all of the applicable labor laws of Portugal, Lajes-013 - LEGAL HOLIDAYS, This base observes the following legal holidays: *New Year's Day, 01 January; Mardi Gras, Variable; Good Friday, Variable; Day of Liberty, 25 April; Day of the Worker, 1 May; Holy Spirit Monday, Variable; Corpus Christi, Variable; Day of Portugal, 10 June; Praia da Vitoria Day, 20 June; Assumption Day, 15 August; Founding of the Republic, 5 October; All Saint?s Day, 1 November; Restoration of Independence, 1 December; Immaculate Conception, 8 December; *Christmas Day, 25 December; Martin Luther King?s Birthday, 3rd Monday in January; President?s Day, 3rd Monday in February; Memorial     Day, Last Monday in May; *Independence Day, 04 July; Labor Day, 1st Monday in September; Columbus Day,     2nd Monday in October; *Veteran?s Day, 11 November and Thanksgiving Day, 4th Thursday in November.     (*) NOTE:     Any of the above holidays falling on a Saturday will be observed on the proceeding Friday.     Holidays falling on a Sunday will be observed on the following Monday.     Award will be made only to contractors who have registered and are current in the Central Contractor Registration database.     Additionally, the successful contractor must meet all the responsibility requirements of FAR Subpart 9.1 ? Responsible Prospective Contractors.     A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party.     All proposals should be clearly marked with the bidders name and solicitation number.     Responses/offers may be sent by mail, fax, or electronically and are due on 24 Mar 2005, 14:00, local time.     Mailing Address: 65th Contracting Squadron, Unit 7775 Bldg. T-615, Rm. 201, APO AE 09720-7775.     Electronic submissions may be e-mailed to karin.tjelmeland@lajes.af.mil     Please make facsimile submissions to fax number: 011 351 295 573210.     Offerors are responsible to comply with this notice and any amendments thereto.

 

Point of Contact

 

Karin Tjelmeland, Contract Administrator, Phone 011-351-295-573123, Fax 011-351-295-576596, Email karin.tjelmeland@lajes.af.mil - Mary Accomando, Contracting Officer, Phone 011-351-576749, Fax 011-351-573758, Email mary.accomando@lajes.af.mil

 

Place of Performance

 

Demolition Project

 

Document Type:  Award Notice

 

NAICS Code: 238910 -- Site Preparation Contractors

 

Contracting Office Address: NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

 

Description: Contract Award Date: Mar 10, 2005

 

Contract Award Number: NNM05AA04F

 

Contract Award Amount: $194,000.00

 

Contract Line Item Number:

 

Contractor: Empire Dismantlement Corp 78 Sawyer Ave Tonawanda, NY 14150

 

Demolition work for New Embassy Compound ? Quito, Ecuador

 

Document Type:  Presolicitation Notice

 

Solicitation Number: S-WHARC-05-R-9005

 

NAICS Code: 238910 -- Site Preparation Contractors

 

Contracting Office Address: Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, FL, 33309

 

Description: this is not a new pre-solicitation notice. This is a reposting of solicitation number s-wharc-05-r-0005. The reposting was necessary due to a change in the solicitation number to s-wharc-05-r-9005. The notice is still considered as having been posted on December 13, 2004.

 

Removal and disposal of concrete slabs, footings, foundations, stairs, metal sheds, and electrical service building as site preparation for the new American Embassy compound in Quito, Ecuador.    

 

Work will also include new topographic survey of the area once demolition is completed.     Anticipated performance period: 2 months. All responsible sources may submit a proposal, which shall be considered.    

 

Note: Send inquiries only to U.S. Department of State, Regional Procurement Support Office (RPSO), Florida Regional Center, 4000 N. Andrews Ave., Ft. Lauderdale, FL 33309.    

 

Do not send inquiries to any other address.    

 

Fax number for inquiries is 954-630-1165. Contract Specialist: Robert Lindquist, tel. 954-630-1164.

 

Point of Contact: Robert Lindquist, Contract Specialist, Phone 9546301164, Fax 9546301165, Email LindquistRA@state.gov - Robert Lloyd, Contracting Officer, Phone 954-630-1146, Fax 954-630-1165, Email lloydre@state.gov.