Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2006 FBO #1578
SOURCES SOUGHT

P -- SOURCES SOUGHT NOTICE FOR DEMOLITION OF VARIOUS STRUCTURES

Notice Date
3/21/2006
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, ROICC Camp Pendleton, MCB Camp Pendleton PO Box 555229/Building 22101, Camp Pendleton, CA, 92055-5229
 
ZIP Code
92055-5229
 
Solicitation Number
Reference-Number-06-4278
 
Response Due
4/28/2006
 
Archive Date
5/13/2006
 
Small Business Set-Aside
Total Small Business
 
Description
INDEFINITE DELIVERY/INDEFINTE QUANTITY COMMERCIAL ITEM ACQUISITION CONTRACT IN ACCORDANCE WITH FEDERAL ACQUISITION PARTS 10 AND 12 (COMMERCIAL ACQUISITION) FOR VARIOUS DEMOLITION SERVICES FOR THE MARINE CORPS BASE, CAMP PENDLETON, SAN DIEGO COUNTY, CALIFORNIA This is not a solicitation announcement and no contract will be awarded from this announcement. No telephone calls will be accepted requesting a bid package or solicitation. This is a Sources Sought Synopsis only. This synopsis is a market research tool being utilized to determine the availability of qualified small business concerns prior to issuing a Request for Proposal. The Government is seeking qualified sources that are certified primarily by the Small Business Administration relative to NAICS Classification (238910) Site Preparation Contractors (Demolition). The applicable size standard is no more than $13.0 million in annual receipts. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in the Federal Business Opportunities (FEDBIZOPPS). Responses to this sources sought synopsis are not an adequate response to the solicitation announcement and all interested offerors must respond to the solicitation announcement separately. In order to protect the procurement integrity of any future procure-ment, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointment for presentations will be made. The following is a general description of work for the anticipated contract. The contractor shall provide the necessary labor, material, equipment, transportation and supervision to provide services to demolish buildings and miscellaneous structures. The work shall be located at various sites within the Marine Corps Base, Camp Pendleton, CA. Marine Corps Base, Camp Pendleton is a large area, which covers 125,000 acres. Other areas include the Naval Weapons Station, Fallbrook Detachment, Fallbrook, CA and Naval and Marine Corps facilities within San Diego County. The contractor shall provide all labor, supervision, tools, material, equipment, and transportation necessary to provide demolition and removal of various types of structures. When removing existing structures to grade, the footings, concrete, asphaltic concrete paving, and slabs are included with the demolition. After the completion of demolition, the site will require backfilling, grading, asphalt placement, hydro seeding and incidental related work. Work may also include, but is not limited to, asbestos abatement, lead based paint removal, mold abatement, PCB abatement, unexploded ordnance (UXO), and other hazardous materials, etc. Asbestos abatement and lead based paint removal shall be performed on structures to remain as well as structures to be demolished. The contractor shall have a proficient grasp on all federal, state, and local hauling and disposal regulations. Conform to all United States Environmental Protection Agency (USEPA), State's environmental protection agency, local air pollution control district/agency regulations. The anticipated contract will be an Indefinite Delivery/Indefinite Quantity type contract with an anticipated contract term of a base period and one option year period and will have an estimated value of $700,000.00 per year. Contract completion will occur when the ceiling is reached or at the end of the last option period which ever occurs first. Interested sources are invited to respond to this sources sought announcement by providing, at a minimum, the following: 1) EXPERIENCE: Briefly describe the Government or Commercial contracts your firm has completed in the past five years showing experience in services related to demolition. Experience needs to reflect work performed by your firm and not by a subcontractor. Your firm shall be certified to perform abatement (including but not limited to: lead, asbestos, mold, pcb, unexploded ordnance, etc.) related to the demolition. Contractors shall specify availability of appropriate equipment and materials for work on a demolition project. Identify type and quantities of equipment and current location. Project range estimated at $2,000.00 to $50,000.00. 2) Contractors shall specify if they have experience in working Government facilities and/or similar commercial facilities. 3) Identify whether your firm is a qualified 8(a), HubZone, Small Disadvantaged Business, or Small Business concern. For more information refer to http://www.sba.gov. Responses should include a cover sheet listing the name of the company, address, telephone number, fax number, at least two contacts, email address, business size, DUNS number, CAGE code, bonding capacity, and a short description of the company history including years in business, number of employees and organizational chart of the company and the completed questionnaire attached to this posting. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, the ROICC Office Camp Pendleton will utilize the information for technical and acquisition planning. All data received in response to this Sources Sought Notice marked or designated, as corporate or proprietary information will be fully protected from release outside the Government. Please respond to this sources sought announcement by April 28, 2006 2:00 p.m. to NAVFAC SOUTHWEST, ROICC Camp Pendleton/ROPCN.KB, Marine Corps Base Camp Pendleton P.O. Box 555229, Bldg 22101, Camp Pendleton, CA 92055-5229. You shall email your response to dawn.bourgeois@navy.mil. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a sources sought announcement, no evaluation letters will be issued to the participants.
 
Place of Performance
Address: CAMP PENDLETON, CA
 
Record
SN01011656-W 20060323/060321213008 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.