Requests for Proposal (RFPs) for the Week

The following are RFPs posted for the week ending May 16.

Woody Debris Salvage And/Or Recycling - Riffe Lake

City of Tacoma, Washington

Click here to view the bid

Demolition Services Of Wooden, Masonry And Concrete Structures

Solicitation Number: W9124809BA001

Agency: Department of the Army

Office: Army Contracting Agency, South Region

Location: ACA, Fort Campbell

Questions received from interested participants and our responses follow:

1. QUESTION: There are line items for 1-story and 2-story wooden buildings. What line items will be used for a masonry or concrete structure?

RESPONSE: Line Items 0008 and 0009 will be used for masonry or concrete structures.

(Note: Bid schedule is revised and attached.)

2. QUESTION: What is the interpretation of a stem wall for this contract?

RESPONSE: Stem walls are concrete or cinder block walls used for the World War II buildings and on some other buildings. If walls are not concrete block or cinder block, line items 0008 and 0009 will be used.

3. QUESTION: The offer schedule lists 15,000 LF of concrete stem wall. What are the dimensions of this wall?

RESPONSE: The stem walls will have various dimensions. The stem walls will be calculated in square/feet of surface area 8 to 14 think.

4. QUESTION: Is there a charge per ton for dumping at the base landfill?

RESPONSE: No.

5. COMMENT: I noticed that Line Item No. 0004 Disconnect sewer or gas lines is in the base year and the 1st option year but it is left out of the 2nd, 3rd, and 4th option years and it changes the item umbers of the lines in those years.

RESPONSE: Line Item No. 0004 should be included in all option years. The bid schedule has been revised.

6. QUESTION: When borrow permits are issued for fill dirt, does the contractor provide the equipment for digging?

RESPONSE: Yes.

7. QUESTION: Do soil tests have to be done on borrow dirt?

RESPONSE: No.

8. QUESTION: How many buildings are there in each year?

RESPONSE: We estimate 10 to 12 per year.

9. QUESTION: What is the demo schedule? For example: Can we do a couple of buildings at a time or is it going to be just one at a time?

RESPONSE: Quantities on delivery orders will vary; a quantity of one at a time may be ordered.

10. QUESTION: Do any of the buildings to be demo have identified asbestos containing material?

RESPONSE: Yes but asbestos will be removed prior to demo by the abatement contractor except for what is identified on the roofs. This is due to safety issues. The abatement contractor and the demo contractor shall coordinate the removal when it is on the ground.

11. QUESTION: In the contract it says that a minimum of 50% has to be recycled. Does that include concrete? Do windows and doors have to be recycled prior to start of demolition?

RESPONSE: Concrete is included. If the contractor can meet his 50% recycled requirement without the windows and doors, then recycling of windows and doors prior to start of demolition shall not be required.

12. QUESTION: Will all the haul tickets from the landfill and recycle centers be used to calculate the recycled amounts or will the actual numbers in the contract be used?

RESPONSE: The landfill tickets and all weight tickets showing diversion will be used to calculate the recycled amounts.

13. QUESTION: Are there any costs associated with permits needed for this job?

RESPONSE: No.

A scheduled site visit will be conducted on Tuesday, 19 May 2009, at 10:00 A.M. CT. Participants are required to contact Trish Launius, 270-798-7200, trish.launius@us.army.mil,  to register for the site visit. Participants will meet at 10:00 A.M. CT on 19 May 2009 at the Directorate of Contracting, 2172 13 Street, Fort Campbell, KY 42223-5334.

Closing date is extended to 05-22-2009 1:00 P.M. CT. Offers must be received NLT 05-22-2009 1:00 P.M. CT. Offers must be mailed or hand delivered to the agency address shown above. Offers received after 05-22-2009 1:00 P.M. CT will not be considered for award and will be rejected.

Current Point of Contact

Trish Launius, 270-798-7200, trish.launius@us.army.mil.  

Trudy Colbert, 270-798-7566, trudy.colbert@us.army.mil  

Additional documentation 

Contracting Office Address:

ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100

Scrap Metal Pick Up and Recycle

Solicitation Number: RFQ-09-0177

Agency: Department of the Treasury

Office: Bureau of Engraving and Printing (BEP)

Location: Office of Acquisition

This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR Subpart 12.6. This synopsis/solicitation is a Request for Quotation (RFQ), RFQ-09-0177, being issued by the Bureau of Engraving and Printing (BEP), Office of Acquisition Equipment and Services Division with intent to procure services for the recycling of scrap metals in accordance to the attached statement of work (SOW).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-31 effective on April 20, 2009. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code is 423930 with an industry size standard of 100 employees.

The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.228-5 Insurance-Work on a Government Installation, FAR 52.223-3 Hazardous Material Identification, FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-34. The full text of the above referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.

52.212-2 EVALUATION--COMMERCIAL ITEMS JAN 1999

(a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The Government shall award a contract to the Offeror that can provide a technically acceptable service. Offerors must provide documentation of their ability to meet all requirements of this solicitation. Offeror's past performance will be evaluated, Offerors are to provide three references, to include name of agency/company, telephone number, name and Point of Contact. The last evaluation criteria will be pricing. Technical and past performances, when combined, are more important than pricing.

Offerors responding to this solicitation must be registered with the Central Contractor Registration (CCR). Also interested firms are requested to submit a written quotation, which will be considered by the BEP. Questions are to be directed to Richard Hutchinson at 202-874-0693 or by e-mail at Richard.Hutchinson@bep.treas.gov questions are to be submitted no later than 12:00 noon EST on May 20, 2009. Quotes shall be submitted no later than 9:00 AM, EST May 28, 2009 to the attention of Richard Hutchinson.

IDIQ For Scrap Railroad Wheels

Solicitation Number: AB133R-09-RQ-0543

Agency: Department of Commerce

Office: National Oceanic and Atmospheric Administration (NOAA)

Location: Western Region Acquisition Division

Click here for more information