RFPs (Request for Proposal) for the Week

Several demolition jobs are on the docket this week.

Cisterns Demolition At U.S. Coast Guard Msd St. Thomas Charlotte Amalie, St. Thomas U.S. Virgin Islands

Solicitation Number: DTCG82-04-Q-3WC164

Set Aside: Total Small Business

Contracting Office Address: DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami, FL, 33177-1630

Description: Provide all labor, tools, equipment, and materials to demolish two partially below grade, concrete cisterns with their foundations, concrete walkways, plumbing and electrical accessories at U.S. Coast Guard MSD St. Thomas Charlotte Amalie St. Thomas, U.S. Virgin Islands.

The performance period is 30 calendar days from notice to proceed. The estimated price range is between $25,000 and $100,000. Award will be made to the lowest responsible, responsive quoter.

The anticipated award date is February 5, 2004. This solicitation is being issued as a 100% Small Business Set-Aside.

The North American Industry Classification System code is 238910, with a size standard of $12 million. All responsible sources may submit a quotation, which shall be considered by this agency.

No telephone requests for this solicitation will be accepted. Quotes may be faxed to 305-278-6696 along with a detailed price breakdown;

This solicitation in its entirety is available on line at http://www.fedbizopps.gov under the above solicitation number.

IDIQ Demolition and Abatement

Document Type:  Presolicitation Notice

Solicitation Number: FA9301-04-R-0003

Set Aside: 8a Competitive

Contracting Office Address: Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185

Description: This acquisition is for the demolition of unneeded and obsolete buildings and its infrastructure as well as abatement if necessary. Abatement for purposes of this solicitation will mean to remove or encapsulate lead or asbestos-containing materials found after initial or sampling surveys have identified the area of consideration.

The abatement may include but is not limited to removal and disposal of asbestos and/or lead containing material. The magnitude of this contract is between $5M and $10M. The North American Industry Classification System number for this effort is 238910.

It is anticipated that a firm-fixed price Indefinite Delivery-Indefinite Quantity (IDIQ) contract will be awarded. The Government intends to issue a single solicitation and make a single award to one offeror. The period of performance will consist of a five-year period.

The solicitation will be issued or about 30 January 2004 with a 30 day proposal period. This acquisition will be a competitive 8(a) reserved for 8(a) contractors in SBA Region IX (California, Arizona, Nevada, Hawaii, and Guam). The source selection will be conducted utilizing Performance Price Tradeoff (PPT) techniques in accordance with AFFARS 5315.1. Technical proposals will not be required.

In using the best value approach, the Government seeks to award to an offeror who gives the Air Force the greatest confidence that it will best meet the requirements affordably. All responsible sources may submit a proposal, which shall be considered by the agency.

The solicitation and all subsequent notices and amendments will be posted on the Internet at: http://www.fedbizops.gov. A site visit will be held prior to the proposal due date. The date of the site visit will be included in the solicitation and will be posted as a notice on http://fedbizops.gov.

All individuals wishing to attend the site visit must pre-register by submitting the following information by either fax (661) 275-7840 or e-mail (leo.baseggio@edwards.af.mil ) at least 72 hours in advance of the date and time stipulated for the site visit.

Individuals that are not legal residents of the United States will not be allowed access to Edwards AFB, CA. A bid guarantee will be required and will be identified in the solicitation. POINT OF CONTACT Leo L. Baseggio, Contract Specialist, Phone 66-277-1097, Fax 661-275-7840, e-mail leo.baseggio@edwards.af.mil or Alfred E. Jacobson, Contracting Officer, Phone 661-277-7598, Fax 661-275-9651, e-mail Jake.Jacobson@edwards.af.mil Please reference Solicitation Number FA9301-04-R-0003 in your requests.

 

Demoliton Of U.S. DB Castle, Fort Leavenworth, Kansas

Document Type:  Presolicitation Notice

Solicitation Number: W912DQ-04-R-0004

Set Aside: 8a Competitive

Contracting Office Address

US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896

Description: The United States Army Corps of Engineers intends to award a lowest price technically acceptable contract for demolition of the USBD Castle. The primary effort of this project is to demolish the main USDB structure known as the Castle. The Castle consists of central rotunda, eight wings, and two kitchen areas. The demolition will also include foundations and foundation structures in their entirety and restoration of the site to a natural state. The demolition also includes remediation of hazardous materials (asbestos) and worker protection for materials containing lead based paint. The project also contains minor construction work necessary to rerouting of supporting utility systems in order to keep the remaining structures operable during demolition operations. The magnitude of this proposed procurement is between $5-$10 million.

The North American Industrial Classification System code for this project is 238910 and the Standard Industrial Code is 1795. The Small Business size standard is $12 Million. This solicitation is an 8(a) competitive set-aside restricted to t he SBA Region VII within the four-state area of Kansas, Missouri, Nebraska, and Iowa. Performance and payment bonds will be required. Proposals will be accepted from all interested 8(a) responsible and responsive parties. The estimated time of completion is 360 days.

Solicitation W912DQ-04-R-0004 will be available on or about 22 January 2004. Proposals will be due on or about 24 February 2004. The solicitation will be issued on CD-ROM only. Hard copies will not be available. Copies of the CD-ROM are limited to one per firm. Requests for copies must be made on-line at http://www.nwk.usace.army.mil/contract/contract.html. Plan holders lists are available only on this web site also. Do not use a post office box address. Point of Contact for administrative questions and clarifications is Alice Jeffres, Contract Specialist, US Army Engineering District Kansas City, Attn: CENWK-CT-M, 760 Federal Building, 601 E. 12th Street, Kansas City, MO 64106, Alice.M.Jeffres@usace.army.mil (816) 983-3831. Point of Contact for technical questions and clarifications is Dave Werner, David.E.Werner@usace.army.mil (816) 983-3265.