Construction & Demolition RFPs for the Week

Several demolition projects are posted in this week's roster of RFPS.

Management Of Asphalt And Concrete In Restoration Of Borrow Site.

 

Document Type:  Presolicitation Notice

 

Solicitation Number: M0068105T0031

 

Contracting Office Address: M00681 Oceanside, CA

 

Description: The Regional Contracting Office, SW, Marine Corps Base Camp Pendleton has a requirement for relocation of stockpiled concrete/asphalt from the Camp Pendleton recycle area.

 

The anticipated firm fixed price contract is for two different requirements. Part A is for relocation of approximately 200,000 tons identified as the ‘Legacy Pile’. The work will include, but is not limited to, relocation of stockpiled material from 3 Mile Pit to Borrow Site and covering all activities, including restoration of the Borrow Site.      

 

Part B - The Contractor shall manage the total work effort associated with restoration of the Borrow Site and overall management of all incoming asphalt and concrete being delivered to the Borrow Site from projects aboard Marine Corps Base, Camp Pendleton including, management of records, planning, scheduling, and quality control during the term of the contract.      

 

Specific tasks include Rebar and Steel separation and removal, removal and disposal of al! l debris and rubbish, providing and operating certified scales, and placement, sizing, fill and compaction within the Borrow Site. The Contractor shall provide an adequate staff of personnel with the necessary management expertise to assure the performance of the work in accordance with sound and efficient management practices. All work shall be performed in accordance with all federal, state, and county laws, rules and regulations. This requirement will be acquired in accordance with FAR Part 12, Acquisition of Commercial Items.     The solicitation number is M00681-05-T-0031.      

 

The government anticipates a single award made on an all or none basis. This is 100% Small Business Set Aside procurement, and only Small Businesses are eligible to participate.    

 

All responsible sources may submit a quote for consideration. The applicable NAICS code is 238190.    

 

The small business size standard is $12 million dollars.      

 

Award will be made to the offeror whose offer represents the Best Value to the Government, considering technical, price and past performance.    

 

The Government anticipates a solicitation issue date of January 26, 2005.     Interested parties should email or phone SSgt Deleon at Benny.Deleon@usmc.mil to request a copy of the solicitation.    

 

Interested parties shall provide a complete company mailing address, point of contact, telephone number, fax number and email address.    

 

Demolition Requirements, Elmendorf AFB, AK

 

Document Type:  Presolicitation Notice

 

Solicitation Number: FA5000-05-R-0011

 

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

 

Set Aside: 8a Competitive

 

NAICS Code: 238910 -- Site Preparation Contractors

 

Contracting Office Address: Department of the Air Force, Pacific Air Forces, 3rd Contracting Squadron, 10480 22nd Street, Elmendorf AFB, AK, 99506-2500

 

Description: Contractor shall provide all plant, materials, equipment, tools and labor required to test and remove lead, asbestos, and all hazardous materials, such as PCBs, etc. prior to demolition of buildings, in accordance with specifications and drawings (which may be issued by individual delivery order).

 

Work consists of but is not limited to: removal of hazardous materials, surveying, testing and other miscellaneous items needed to complete the work.

 

The end result of this project will be to provide a facility free of asbestos, ACM, lead or lead containing material, and hazardous materials prior to demolition of buildings.

 

Magnitude is between $1,000,000.00 and $5,000,000.00. Performance period is One (1) Base Year (365 Calendar Days) and up to 4 Option Years. Solicitation will be available on or about 24 January 2005 with a closing date of 24 February 2005. All responsible sources may submit a proposal which shall be considered by the agency.    

 

This solicitation package will be available only through the Electronic Posting System (EPS or FED BIZOPS). It has been determined that competition will be limited to 8(a) serviced by the SBA Alaska District Office area which have a NAICS Code 238910 in their 8(a) business development plan. All other firms are deemed ineligible to submit offers. Competition will not be restricted by stage of 8(a) program participation. Joint Venture Agreements: Joint Ventures are allowable on competitive 8(a) set-asides, however, the Joint Venture Agreement must be received by the SBA prior to proposal due date and approved before award of resulting contract. If you are contemplating a Joint Venture on this project, you must advise your assigned Business Opportunity Specialist (BOS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations.

 

Original Point of Contact: John Lower, Contract Specialist, Phone 907-552-5637, Fax 907-552-7497, Email john.lower@elmendorf.af.mil - Francis Puangco, Contracting Specialist, Phone 907-552-5635, Fax 907-552-7497, Email francis.puangco@elmendorf.af.mil.

 

Sources Sought For Building Removal/Demolition

 

Document Type:  Sources Sought Notice

 

Solicitation Number: Reference-Number-N44255-05-B-5102

 

NAICS Code: 238910 -- Site Preparation Contractors

 

Contracting Office Address: Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, 19917 7th Avenue NE, Poulsbo, WA, 98370-7570

 

Description:

 

This notice is a sources sought for planning purposes only and     is not a request for proposal.    

 

The Navy is interested in removing various buildings from its inventory and is exploring the feasibility of having this work accomplished at no cost to the government.    

 

The attached spreadsheet provides information about the potential buildings to be removed/demolished and the site clean-up that would be required under a solicitation.    

 

It should be assumed that all facilities located at Jackson Park, Bremerton, Indian Island, and Buildings 1459 and 1670 at Bangor contain asbestos, lead base paint, pcb ballasts, and fluorescent light tubes.    

 

All waste would have to be handled in accordance with federal, state, local and base environmental laws and regulations.    

 

Interested sources are invited to respond to this sources sought by submitting a letter of interest including company name, point of contact, telephone number, email address, and a statement indicating the firm’s desire to perform the work identified in the announcement at no cost to the government.    

 

Submit letters of interest to Engineering Field Activity, Northwest, Attn: Karen Smith, 19917-7th Avenue NE, Poulsbo, WA 98370-7570 no later than 4:00 p.m. local time on January 31, 2005.    

 

Firms may also emails responses to Karen.L.Smith@navy.mil by the date and time specified.    

 

A site visit will not be held.     No further technical information is available.     It is the offeror’s responsibility to check the NAVFAC electronic solicitation website at: http://esol.navfac.navy.mil for any revisions to this announcement or other notices.

 

Point of Contact: Karen Smith, Contracting Officer, Phone 360-396-0240, Fax 360-396-0856, Email karen.l.smith@navy.mil.