Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

99 -- Demolish Bldg. 90405

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th Contracting Squadron, 350 Tully Street P.O. Box 9190, Hurlburt Field, FL, 32544-9190
 
ZIP Code
32544-9190
 
Solicitation Number
Reference-Number-FQ441733160100
 
Response Due
3/16/2004
 
Archive Date
3/31/2004
 
Point of Contact
Chevette Suttle, Contract Specialist, Phone (850) 884-3271, Fax (850) 884-2041, - Elishama Ouder, Contract Specialist, Phone (850) 884-5373, Fax (850) 884-2041,
 
E-Mail Address
shannon.suttle@hurlburt.af.mil, elishama.ouder@hurlburt.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Demolition of Bldg. 90405 Munitions Storage Area Summary of Work 1.01 WORK INCLUDED: The contractor shall furnish all notifications to regulatory agencies, permits, fees, labor, material, tools, supervision, equipment, and perform all operations necessary to accomplish the demolition and removal of a 881/2 foot x 42 ? foot concrete and block building, roof, and structural steel. The 48? x 50 ? Concrete Loading Ramp and all sidewalk shall also be demolished and removed. All the material shall be removed and disposed of off Hurlburt Field meeting all EPA and Environmental rules and regulations. All concrete, concrete sidewalk, shrubs, decorative stone and all building contents shall be removed and disposed of off Hurlburt Air Force Base. 1.02 The work includes demolition of all identified items, materials, and removal of resulting rubbish and debris in the above statement. Rubbish and debris shall be removed from Government property daily, unless otherwise directed by the Contracting Officer. This is to avoid the accumulation of demolition debris on the project site. Material that cannot be removed daily shall be stored in areas specified by the Contracting Officer. In the interest of Safety, the work shall be performed with regard to protection of personnel and property. In the interest of conservations, salvage shall be pursued to the maximum extent possible. The Contractor shall be responsible for removing all salvaged materials off Base and disposing of in a proper manner as to comply with all environmental rules, regulations and AFOSH Safety Standards. 1.03 Dust Control: The amount of dust resulting from the demolition shall be controlled to prevent spreading of dust to occupy portions of the construction site and to avoid creation of a nuisance to the surrounding area. Use of water will be permitted to hold down dust and polluting of the surrounding area. 1.04 Protection of Personnel: During the demolition work the Contractor shall Cordon off a 50? area around the facility with flag tape; and continuously evaluate the condition of the structure being demolished and take immediate action to protect all personnel working in and around the demolition site. 1.05 Material salvaged by the Contractor: Material salvaged upon demolition of the above project shall be removed daily from the Government property and shall be completely gone upon completion of the project. Materials salvaged by the contractor shall not be sold on site. 1.06 Sod the Area: Upon completio0n of the demolition and disposal of the above items in the statement of work the contractor shall finish grade the area around the demolition site to blend in with the existing contours of the surrounding area. Contractor shall install Argentina Bahia grass at least six feet past the outside perimeter of where the existing facility stood. The area to be soded shall be at least 145? x 65?. There shall also be sod placed where the sidewalk is removed and the shrubs are taken away. 1.07 CONTRACTOR RESPONSIBILITIES: A. The contractor is fully responsible, and liable for th3e completion of the project including but not limited to, the notifications to regulatory agencies, permits, payments of any and all fees and perform all work to the satisfaction of the Contracting Officer. B. Work Schedule: Normal duty hours are from 0645 ? 1530 Hrs, Monday through Friday. The Contractor may work additional hours and days if approved by the Contracting Officer. C. Work Performance: The Contractor will have 60 days performance time to tear down and remove the one metal building and demolish the addition and remove all debris from the job site. The following clauses and provisions are hereby incorporated either by reference or full text and are to remain in full force and effect in any resultant purchase order: FAR 52.212-4, FAR 52.219-6, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.232-33, DFARS 252.225-7000, DFARS 252.225-7001, and DFARS 252.225-7002. The following clauses apply to this acquisition and are included in full text: FAR 52.212-1 ? Instructions to Offerors ? Commercial Items (Jul 2003) applies to this acquisition and is amended to read: FAR clauses and provisions can be located via the Internet at: http://farsite.hill.af.mil. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR52.212-2 ? Evaluation ? Commercial Items (Jan 1999), which is incorporated into this Request for Quote, with addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) technical capability of the item(s) offered to meet the Government requirement as stated in this synopsis; (ii) price. The Government will make award to the responsible offeror whose offer conforms to the solicitation and is the greatest value to the Government. Technical capability and price are approximately equal to cost or price. Each offeror shall include a completed copy of the provisions at FAR 52.212-3 ? Offeror Representations and Certifications ? Commercial Items (Jun 2003), with the quotation. Submit signed and dated offer to: Department of the Air Force, 16 CONS/LGCB, Attn: MSgt Suttle, 350 Tully Street, P.O. Box 9190, Hurlburt Field FL 32544-9190 at or before 3:30 P.M. Central Standard Time, on 16 March 2004. Responses/offers may be sent by mail, fax, or electronically. FAR 52.212-5 ? Contract Terms and Conditions Required to Implement Statutes or Executive orders ? Commercial Items (Jun 2003) (Deviation), FAR 52.219-1 ? Small Business Program Representations (Apr 2002) Alternate I (Apr 2002, FAR 52.222-22 ? Previous Contracts and Compliance Reports (Feb 1999), FAR 52.222-25 ? Affirmative Action Compliance (Apr 1984), FAR 52.252-1 ? Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.252-2 ? Clauses Incorporated by Reference (Feb1998), FAR 52.252-6 ? Authorized Deviations In Clauses (Apr 1984), DFARS 252.204-7004 ? Required Central Contractor Registration (Nov 2001), and DFARS 252.212-7001 ? Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2003) (Deviation). A Firm-Fixed-Price Purchase Order will be issued in writing. The POC for this solicitation is MSgt Suttle at (850) 884-3271 or SSgt Ouder at (850) 884-5373 between the hours of 7:30 AM and 5:00 PM central daylight savings time or via e-mail to shannon.suttle@hurlburt.af.mil.
 
Place of Performance
Address: Hurlburt Field FL 32544
Zip Code: 32544
Country: Okaloosa
 
Record
SN00536637-W 20040306/040304222717 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.