Requests for Proposal for the Week

Several demolition projects are available.

Portable Concrete/Asphalt Recycle Plant to be set up at MCAS Miramar

Document Type: Presolicitation Notice

Solicitation Number: N6338703RC000

Contracting Office Address: N00244 Naval Base 937 North Harbor Drive San Diego, CA

Description: This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11.

This Procurement is issued as a small business set-aside. See numbered note 1. The Standard Industrial Code is 1771 (NAICS 235710-Concrete Contractors) with a small business standard of $12.0 Million. The agency need is for a portable concrete/asphalt recycle plant to be set up at MCAS Miramar East, Building 24002 for the Navy Public Works Center.

The estimate is 10,000 tons for a period not to exceed one month . Vendor is to provide labor and equipment to recycle concrete and asphalt rubble. The Government will provide i) water within 50 feet of crusher; ii) labor to pick out trash from rubble; iii) any and all dust control; iv) separation and /or sorting of oversize material and breaking; v) movement of the recycled material to a fenced staging area; vi) site preparation; vii) traffic control, barricades, flaggers, etc.

Vendor and Government will mutually agree upon the recycling schedule and related sequencing.

The Period of Performance is the scheduled start date and a period of month thereafter. The requirement is for a firm-fixed price type contract with one CLIN for total job-Contractor is to provide his firm fixed price quote for the total job.

All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offer s received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government.

The following provision apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract; 52.212-5 Facsimile Proposals.

Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7035, Buy-American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program Certificate; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.211-5, New Material, 52.219-6 Notice of Total Small Business Set-Aside; 52.243-1 Changes-Fixed Price, FAR 52.211-7 Other than New Material, Residual Inventory, and Former Government Surplus Property. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-41 Service Contract Act, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7036, North American Free Trade Agreement Implementation Act. Potential offerors are hereby notified of the Navy's intention to utilize the Government Purchase Card under the payment terms of the contract which may result from this solicitation. The purchase card program will replace the customary task or delivery order, invoice and remittance procedures with charge card purchases and automated supplier payments. DFAR 252.20 4-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award.

Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more information. Please ensure compliance with this regulation when submitting your proposal. 52.232-36 Payment by Third Party, 52.232-34 Payment by Electronic Funds Transfer, 52.247-35 F.O.B Destination, Within Consignee's Premises.

The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meet s the solicitation's minimum criteria for technical acceptability at the lowest price.

To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. Offeror must demonstrate that it holds all pertinent California permits, licenses and authorities to perform combined synopsis/solicitation requirements.

All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications.

Quotes must be received no later than Jan. 28, 2003 and will be accepted via FAX (619)-532 -1088, Attn: Brian O'Donnell, or e-mail brian_w_odonnell@sd.fisc.navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail.

Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/

Original Point of Contact: Brian O'Donnell 619-532-3445 Brian O'Donnell, Contract Specialist, Phone: 619-532-3445, or e-mail brian_w_odonnell@sd.fisc.navy.mil .

Demolition

Document Type: Presolicitation Notice

Solicitation Number: 648-38-03

Contracting Office Address: Attn: Department of Veterans Affairs Medical Center, 3710 SW Veterans Hospital Road, Box 1034, Portland, Oregon 97201

Description: Contractor shall provide all labor, tools, equipment and materials necessary to completely prepare site for building operations and removal of all hazardous materials including asbestos, lead, PCB, and mercury containing materials and certain other items. This work will be followed by mechanical work (capping steam and condensate lines, sewer lines, water lines, etc.) , electrical work (removing feeder circuits, distribution panels, non-PCB transformers, etc.), demolition of seventeen (17) buildings and associated corridors, disposal of all debris, rough grading, seeding, patching walls and roofs at existing buildings and corridors, and certain other items as required by drawings and specifications. Worksite is located at the Portland VA Medical Center, Vancouver Division, Vancouver, Washington. All asbestos, lead, and PCB containing materials and refrigerants shall be removed in accordance with Federal and Washington State Laws by a certified asbestos removal Contractor.

Price range is $250,000 to $500,000. Applicable NAICS code is 238910. An electronic copy of the solicitation may be obtained FREE at the following URL: http://www.fedbizopps.gov or http://www.bos.oamm.va.gov/solicitation.

Bidders will need to click on 648-38-03 to download documents. Copies will also be on CD for a non-refundable fee of $25.00, ONLY certified checks or money orders will be accepted. Mail requests to Portland VAMC, Vancouver Div.; 1601 E. 4th Plain Blvd.; Attn: VCONT, Demolition A1-A4; Vancouver, WA 98661.

No fax or telephone requests will be honored. No hard copies of the solicitation or drawings will be provided.

Bidders are advised that they are responsible for obtaining all amendments which will only be posted at the URL address. Interested parties may print or have printed as many copies of the solicitation and/or drawings as are needed. Files in this Solicitation are in Word 97 format. Drawings are in AutoCAD =96 Plotter driver format. The Government assumes no responsibility for compatibility with interested party’s software. Bid opening will be March 7, 2003 at 3:30 PM

All responsible sources may submit a bid which will be considered.

Original Point of Contact: Point of Contact - Suzanne Scott, Contracting Officer, (503) 402-2865, Contracting Officer - Kenny Carleton, Contract Specialist, (360) 759-1607, or e-mail to kenny.carleton@med.va.gov.

Gowell Dam Removal

Document Type: Presolicitation Notice

Solicitation Number: RFQ-R9Z-03-18-HM

Contracting Office Address: Department of Agriculture, Forest Service, R-9 Lake States Acquisition Tea, 3654 Nursery Road, Rhinelander, WI, 54501

Description: Remove remnants and debris from a breached dam on the Big South Branch of the Pere Marquette River. The work includes removal of steel bridge structure, concrete/stone abutments and sill, bank stablization and placement of rip-rap.

Original Point of Contact: Tamie Thompson, Contracting Officer, Phone 231-723-2211 ext 134, Fax 231-723-8642, Email trthompson@fs.fed.us.

Place of Performance: Address: Newago County, Michigan

Demolition Services

Document Type: Presolicitation Notice

Solicitation Number: F39601-03-R-S001

Contracting Office Address: Department of the Air Force, Air Combat Command, 28 CONS, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, SD, 57706-4904

Description The contractor shall provide all labor, equipment, materials, transportation, and supplies for demolition services. Work will consist of demolition of Taxiway C, backfill and grading of disturbed surface to facilitate drainage of site, with suitable fill material. Seeding of disturbed area is also required.

The solicitation will be issued on an unrestricted basis under the Small Business Competitiveness Demonstration Program in accordance with FAR Part 19.1003(a). The North American Industry Classification System Code is 23594. The estimated issue date for the solicitation is 28 Jan 03.

The solicitation may be obtained by accessing http://www.eps.gov. Hard copies will not be provided. Contractors must register in the Central Contractor Registration (CCR), online at http://www.ccr.gov. Only one contract will be awarded. Performance price tradeoff procedures will be used with past performance being approximately equal to price.

Point of Contact: Nathaniel W. Trulove, Contract Administrator, Phone 605-385-1752, Fax 605-385-1726, E-mail nathaniel.trulove@ellsworth.af.mil. Alternate POC Ken Tritsch, Contracting Officer, Phone 605-385-1735, Fax 605-385-1741, email ken.tritsch@ellsworth.af.mil.