C&D RFPs for the Week

The following and construction and demolition RFPs for the week ending March 23.

Marine Debris Removal Service in Hancock County, MS

Solicitation 02 - Posted on Mar 21, 2007 http://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-07-R-HYV046/Attachments.html  

Document Type: Presolicitation Notice

Solicitation Number: HSCG84-07-R-HYV046

Set Aside: Total Small Business

NAICS Code: 562111 -- Solid Waste Collection

Contracting Office Address: Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, VA, 23510-9113, UNITED STATES

Description: Solicitation HSCG84-07-R-HYV046 for Marine Debris Removal in Hancock, County, MS., Jourdan River (Open Water), Shoreline Park, Watts Bayou, Bayou La Croix (Open Water), Cedar Point, Garden Island, Diamond Head, and Breath Bayou (Open Water) will be available on this site and on Coast Guard MLCLANT Intranet Web site http://www.uscg.mil/mlclant/fdiv/fdiv.html  on or about March 19, 2007. Any correspondence concerning this acquisition shall reference Request for Proposal (RFP) Number HSCG84-07-R-HYV046.

The closing date for this solicitation will be on or about April 2, 2007. Marine debris removal services shall include all labor, materials, equipment and any other items or services applicable or appropriate to remove and dispose of debris deposited from Hurricane Katrina that poses an immediate threat to improved property, public health and/or safety as required under Section 403(a)(3) of the Robert T. Stafford Disaster Relief and Emergency Assistance Act (Stafford Act) as amended. The applicable NAICS code is 562111, Size Standard is $11.5 million. (For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA’s Small Business Size Regulations, http://www.sba.gov/regulations/121/).

This requirement will be issued as 100% Small Business Set-Aside. Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at http://www.ccr.gov or by calling 1-888-227-2423. The Government anticipates awarding this contract as Firm Fixed Price. Work shall commence 5 days after award of contract and the estimated time to complete work is 90 days after commencement of work. All responsible sources may submit a proposal which shall be considered by the agency. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

-Technical Approach (most important)

-Corporate Experience (less important than Technical Approach)

-Past Performance (as important as Corporate Experience)

-Stafford Act - Extent Employing Local Firms and Individuals (as important as Corporate and Past Performance)

-Price (least important.)

A preference for local business is included in this solicitation, in accordance with the Robert T. Stafford Disaster Relief and Emergency Assistance Act (PL 106-390) 42 U.S.C. ? 5150 (Use of Local Firms and Individuals (Sec. 307)). All interested parties should continue to monitor the FedBizOpps website or the MLCLANT website at http://www.uscg.mil/mlclant/fdiv/fdiv.html for all information concerning referenced solicitation.  

No paper copies of the solicitation and/or amendments will be distributed. All vendors will be responsible for obtaining the solicitation and any subsequent amendments from the above sites. Any and all questions concerning this requirement should be submitted, in writing, to Judy Suttles at judy.s.suttles@uscg.mil.

Point of Contact: Judy Suttles, Contract Specialist, Phone 757-628-4123, Fax 757-628-4134, Email judy.s.suttles@uscg.mil - Sharon Palustre, Contracting Officer, Phone 757-628-4114, Fax 757-628-4134, Email sharon.t.palustre@uscg.mil

----------------------------------------------------------------------------

Demolition and Removal Of Buildings - Mark Twain National Forest

Document Type: Presolicitation Notice

Solicitation Number: AG-447U-S-07-0026AY

Set Aside: Total Small Business

NAICS Code: 238910 -- Site Preparation Contractors

Contracting Office Address: Department of Agriculture, Forest Service, R8/R9 Western Operations Center-AQM, 100 W Capitol ST, STE 1141, Jackson, MS, 39269

Description: Work shall consist of demolishing, removing and disposing of buildings located on various old homesites on the Houston/Rolla and Eleven Point Ranger Districts of the Mark Twain National Forest in Phelps, Pulaski, Texas, Ripley, Oregon and Shannon Counties, Missouri. Work shall include removal from government property of buildings and all attached structures, existing rubbish, trash and contents in and adjacent to the buildings at each location. This solicitation is being issued as a commercial item and will result in a firm-fixed price, indefinite delivery/requirements contract. This solicitation is 100% set aside for small business concerns.

This solicitation will be available for downloading from this website on or about April 4, 2007. No hard copy solicitations will be mailed.

Point of Contact: Anita Young, Purchasing Agent, Phone 573.364.4621x470, Fax 573.364.6844, Email ayoung@fs.fed.us.

----------------------------------------------------------------------------

Contractor to provide demolition and site restoration of various tracts within Voyaguers National Park, International Falls, Minnesota

Document Type: Presolicitation Notice

Solicitation Number: I6300070021

Set Aside: Total Small Business

Contracting Office Address: MWR - INDU Indiana Dunes National Lakeshore 1100 North Mineral Springs Road Porter IN 46304

Description: The contractor shall provide all labor, tools, equipment and watercraft for the complete removal of surplus cabins, out-buildings, concrete, docks, utilities, and debris from 15 lakeshore work sites with Voyaguers National Park, International Falls, Minnesota. There are no roads to any of these remote worksites and travel will be by boat or barge. Some winter work may be possible by snowmobile.

All disposal material and trash will transported to an approved landfill or transfer station outside of the park boundaries. Work to begin in July 2007 and be completed no later than September 2008. Magnitude of project: $150,000.00 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 number 219-926-7561, ext. 436.

Solicitation and specifications only at available electronically at ideasec.nbc.gov  on or about April 18, 2007.

Please click here to view more details. -- http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2455487