Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2005 FBO #1453
SOLICITATION NOTICE

99 -- Perform Demolition and Debris Removal Operations

Notice Date
11/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
562119 — Other Waste Collection
 
Contracting Office
US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-06-R-0005
 
Response Due
1/4/2006
 
Archive Date
3/5/2006
 
Small Business Set-Aside
N/A
 
Description
The work includes providing all supervision, equipment, materials, labor, travel and all means necessary to provide the U. S. Army Corps of Engineers with an immediate response to perform demolition and debris removal operations of private, public or commercial structures and debris in response to the effects of Hurricane Katrina and/or similar natural disasters, humanitarian assistance, or projects with similar characteristics. The Government intends to award three firm-fixed-price Indefinite Delive ry/Indefinite Quantity (IDIQ) contracts pursuant to 42 U.S.C. 5150, Robert T. Stafford Disaster Relief and Emergency Assistance Act (the Stafford Act). The Stafford Act states preference shall be given, to the extent feasible and practicable, to those org anizations, firms, and individuals residing or doing business primarily in the area affected by such major disaster or emergency. Contingent upon the final approval of the Department of the Army, the preference shall be applied to those individuals and/or firms residing or doing business primarily in the State of Mississippi. In the event approval is not received, the Contracting Officer shall evaluate offers by adding a factor of 10% to the price of all offers, except those offers submitted by individual s and/or firms residing or doing business primarily in the State of Mississippi. The Contracting Officer will apply the other evaluation factors as stated in the solicitation that will affect contract award before application of the 10% factor. The fact or will not be applied if using the adjustment would cause the contract award to be made at a price that exceeds the fair market price by more than the 10% factor. Contracts will be awarded as follows: Contract No. 1 in the amount of Not to Exceed (NTE) $150,000,000 will be unrestricted as to business size but restricted to Mississippi Contractors. Contract No. 2 in the amount of NTE $125,000,000 will be set-aside for certified Mississippi HUBZone contractors. Contract No. 3 in the amount of $25,000,00 0 will be set-aside for competition among Mississippi 8(a) contractors. The work shall consist of demolition of private residential structures, public buildings and commercial structures. Work shall include, but not limited to: demolition of single/mult i-family homes, garages, barns, storage/tool sheds, fences, school buildings, police/fire stations, public office buildings, commercial buildings, and collection of other onsite disaster generated debris. It is also anticipated that asbestos abatement wor k shall be required on certain structures prior to there demolition as well as the sorting of asbestos debris prior haul to disposal. Woody debris will be kept segregated from construction/demolition (C&D) debris as much as possible. Woody debris includes vegetative debris and clean woody C&D debris, (i.e., not pressure-treated wood or wood with significant painted surfaces). Public Buildings are anticipated to have significant masonry materials and commercial structures are anticipated to have significan t steel structural members. The contractor shall repair all roadways, sidewalks, utilities, drainage structures and other features not designated for demolition or removal, which are damaged by Contractor operations. This will include re-sloping to origin al grade. The contractor may be required to provide specified equipment, operators, and laborers for dumpsite management and debris reduction operations, to possibly include the management of existing dumpsites, as determined and specified in the Request for Proposals. Plans and Specifications will be available on the Vicksburg Consolidated Contracting Office (VCCO) Web Page at http://www.mvk.usace.army.mil/contract/. Bidders should check the VCCO Web Page often for new solicitations and/or changes (AMEN DMENTS) to existing ones. Issue date on or about 2 Dec 2005. Proposal due date is on or about 4 Jan 06. IF A BIDDER IS A LARGE BUSINESS, A SUBCONTRACT PLAN W ILL BE REQUIRED. THIS PROCUREMENT IS ISSUED UNDER NAICS CODE 562119.
 
Place of Performance
Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN00933029-W 20051118/051116212248 (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.