Scrap Wood Collection Bins
Document Type: Combine Solicitation
Solicitation Number: 61071002
Set Aside: Total Small Business
NAICS Code: 562111 -- Solid Waste Collection
Contracting Office Address: Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
Description: The Defense Distribution San Joaquin, (DDJC) Tracy, CA has a requirement for (6) six fifty cubic yard scrap wood collection bins.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart FAR 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.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09 effective May 19, 2006 and DFARS DCN 20060519 edition.
This solicitation is 100% set aside for small business concerns.
Description: Scrap-Wood removal Includes pallets, crates, spools and other various size and types of lumber, all pieces of wood used for packing and crating, pieces of wood used in construction, and sawdust. Contractor will provide (6) six 50 CY scrap-wood collection bins. The contractor’s collection bins will be loaded by government personnel and equipment. The estimated of loads is 312, the contractor shall be paid for actual number of loads removed.
The contractor is responsible for removing the woodpiles at Tracy and Sharpe facilities. The contractor shall provide all supervision, personnel, and equipment needed to remove and transport off-depot deposit recyclable scrap-wood at Defense Distribution San Joaquin (DDJC), and Sharpe site.
The anticipated period of performance is one (1) year after receipt of contract.
Upon arrival the Recycling staff and your Driver will weight your truck. Weight will be annotated on a Shipment Receipt Delivery Pass (DLA 1367). After the truck has been loaded it will be weighed again (gross weight minus tare weight equals quantity released), annotated on the DLA 1367, along with the number of tons loaded, and signed by your Driver and Recycling staff.
Drivers must have proof of insurance coverage and valid CA driver’s license at all times. Contractor must comply with all Recycling, Safety, Environmental, and Security regulations and laws.
The following FAR clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/
FAR provision 52.212-1, Instructions to Offerors -- Commercial Items. Applies to this acquisition.
FAR provision 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. The Government will award one contract as a result of this solicitation. Award will be based on the lowest price quotation received.
Contractors are required to include a complete copy of the FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items.
A statement that the clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
FAR clause 52.212-5- Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial Items applies to this acquisition. The following additional FAR clauses are applicable to this acquisition:
52.219-6, Notice of Total Small Business Aside,
52.219-14, Limitations on Subcontracting,
52.222-19, Child Labor Cooperation with Authorities and Remedies,
52.222-21, Prohibition of Segregated Facilities (Feb 1999).
52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965,
52.222-26, Equal Opportunity,
52.222-36, Affirmative Action for Workers with Disabilities,
52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees,
52.222-42, Statement of Equivalent Rates for Federal Hires,
52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration,
52.232-36, Payment by Third Party,
52.233-3, Protest After Award,
52.233-4, Applicable Law for Breach of Contract Claim,
All responsible small business concerns may submit a propel that shall be considered by this agency. In order to be eligible for award, a contractor must be determined to be responsible in accordance with FAR 9.104.
Wage Determination No.: 1994-2067, Revision No.: 25, Dated 05/24/2006.
Proposal due date and time is June 23, 2006 at 3:00 P.M.
Price proposal maybe submitted via one of the following methods:
Email: cheley.auguste@dla.mil, or facsimile to 717-770-7591
Failure to submit all the above requested information may result in the proposal being eliminated from consideration for award.
Point of Contact: Cheley Auguste, Contract Specialist, Phone 717-770-4011, Fax 717-770-7591, Email cheley.auguste@dla.mil - Diane Skinnell, Contract Specialist, Phone 717 770-4613, Fax 717 770-5689, Email diane.skinnell@dla.mil
Place of Performance: Address: Defense Distribution San Joaquin,(DDJC)Tracy Site: 25600 S. Chrisman Rd, Tracy, CA,and Shape Site: 700 Roth Road, French Camp, CA
Postal Code: 95331
Demolition and Recycling of Buildings
Document Type: Presolicitation Notice
NAICS Code: 238910 -- Site Preparation Contractors
Contracting Office Address: General Services Administration, Public Buildings Service (PBS), Denver Federal Center Service Center (8PD), 6th and Kipling Street, Building 44, Denver, CO, 80225
Description: General Services Administration is planning to issue a construction solicitation to demolish buildings 111H,111J,111G,83K,82,73,2,3, and 71 located at the Denver Federal Center, Denver Colorado. These buildings are typical one-story freestanding brick, wood and metal structures, built in the 1940?s. Each structure ( with the exception of buildings 74 and 76 ) has full utility service hook-up, with mechanical equipment also in service. Each structure is constructed on a concrete foundation with concrete slab flooring and crawl space. The roofs are a flat membrane with rock cover and storm water down spouts. The total square footage of all 10 buildings to be demolished is approximately 15,000.
General Services Administration will be evaluating against the following evaluation criteria: 1) Experience - Contractor must be proficient in construction demolition and recycling of construction materials. (Demolition work experience on Federal Facilities will rate higher than commercial work). 2) Technical - Contractor shall be certified through the State in all remediation procedures to include but not limited to asbestos removal, hazardous material containment and testing, soil remediation, and/or lead abatement) 3) Site Visit is Mandatory.
Requirement consists of but is not limited to the following:
- full demolition of each building listed from the building slab up wards.
-Cut and cap all water service, sanitary sewer service and fire supply lines.
- Remove all abandoned steam and condensate lines.
- Remove all electrical service and wiring to each building.
- Remove all natural gas supply lines and meters to each building.
- Remove all phone, security and land line service.
- Remove all building foundations, footers and crawl spaces.
- Remove all interior mechanical systems, HVAC, plumbing, electrical, fire etc.
- Some buildings may have asbestos containing material ( ACM ). Contactor shall be responsible for testing and removal of all interior environmental hazards asbestos, lead, droppings, PCB?s etc. Contractor shall perform a full TCLP soil analysis test on all associated sanitary sewer lines.
The proposed solicitation is being considered for restriction to service-disabled veteran-owned small business (sdvosb) concerns. Interested sdvosb concerns shall submit, via fax or e-mail listed below, the following by June 23, 2006. A letter from the veterans administration validating service-disabled status along with a letter of intent to submit a proposal. . If response is not received by two or more sdvosb concerns, this solicitation will be set aside 100% for small businesses.
There will be a mandatory Site Visit. The Contractor and any subcontractor involved are required to visit each work site and take such other steps as may be reasonably necessary to verify the nature and location of the work to be performed, and to evaluate the general and local conditions which may affect the work or the cost thereof. The Contractor shall be held responsible for any and all errors in his proposal resulting from his failure to make an examination/site visit.
The applicable North American Industry Classification System (NAICS) for this acquisition is 238910 - Site Preparation Contractors - with a three-year average annual small business standard of $12.0 M. The successful contractor will be selected using performance/price tradeoff procedures in accordance with FAR 15.101-1, resulting in the Best Value to the Government. Performance is significantly more important than price. Recent, relevant, past and present performance information is requested not later than June 23, 2006. (Recent, relevant, past and present performance is defined as performance of the same or similar type of work within the last three years.) It is anticipated that the solicitation will be issued electronically on or about 26 June 2006 via Federal Business Opportunities (FedBizOps) website. To ensure you receive notification of changes to the solicitation you must register on that site. A site visit is anticipated to be held 29 Jun 06 at 9:30 a.m. Only one (1) site visit will be held. Prospective Offerors are requested to inform the contracting office by 12:00 noon on 26 Jun 06 if planning to attend site visit. Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration requires applicants to have a DUNS number. Registration may take up to 3 weeks to process. Recommend registering immediately in order to be eligible for timely award.
Point of Contact: Toni Hoskinson, Contracting Officer, Phone 303-236-8000 x5045, Fax 303-236-5328, Email toni.hoskinson@gsa.gov
Demolition IDIQ
Document Type: Presolicitation Notice
Solicitation Number: FA8201-06-B-0005
Posted Date: Jun 06, 2006
Classification Code: Z -- Maintenance, repair, and alteration of real property
NAICS Code: 238990 -- All Other Specialty Trade Contractors
Contracting Office Address: Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038 Aspen Ave (Bldg 1289), Hill AFB, UT, 84056
Description: Contractor shall demolish specified buildings, facilities, associated utilities, and related components at Hill Air Force Base and Little Mountain, Utah, as specified in the individual Task Order(s) Statement of Work.
Point of Contact: Ryan Booher, Contract Negotiator, Phone 801-777-0193, Fax 801-777-5246, Email ryan.booher@hill.af.mil - George Dupin, Contracting Officer, Phone 801-775-2381, Fax 801-777-4899, Email george.dupin@hill.af.mil
Place of Performance: Address: Hill Air Force Base, Utah
Latest from Construction & Demolition Recycling
- Nucor names new president
- Iron Bull addresses scrap handling needs with custom hoppers
- Brass Knuckle designs glove for cold weather applications
- Metso, ALLU, Kinshofer recognized by AEM
- Eagle Crusher to unveil Talon line at CONEXPO-CON/AGG
- Raken announces expanded construction monitoring capabilities
- BCC Research forecasts growth for recycled wood market
- Colorado recycling company transitions to electric mobile equipment