Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
MODIFICATION

Z -- Demolition of Bldg 1435 at Whiteman AFB, MO

Notice Date
7/19/2007
 
Notice Type
Modification
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, MO, 65305, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4625-07-Q-0005
 
Response Due
7/27/2007
 
Point of Contact
Shelton Watson, Contract Specialist, Phone (660) 687-5428, Fax (660) 687-4822, - James McCoy, Contracting Officer, Phone (660)687-5435, Fax (660)687-5462,
 
E-Mail Address
509cons.sollgcb@whiteman.af.mil, 509cons.sollgca@whiteman.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is an admendment to the combined synopsis/solicitation. This admendment includes the new bid date, addition of past performance as an evaluation factor, and the revised statement of work. The new bid date for this solicitation is 1600 hrs CST on the 27 July 2007. All proposals should include a priced proposal and the past performance information mentioned below. Proposals can be faxed to the ATTN: Shelton Watson at 660-687-5462 or emailed to: shelton.watson@whiteman.af.mil . Past performance has been added to the solicitation as an evaluation factor. Past performance will be evaluated as a measure of the Government?s confidence in the offeror?s ability to successfully perform based on previous and current contract efforts and years of experience. The following factors shall be used to evaluate offers: past performance and price. By submission of its offer, the Offeror accedes to the terms of this contract and all such offers shall be treated equally except for their prices and performance records. When addressing past performance evaluation criteria set forth in this solicitation, the Offeror shall provide current and relevant information regarding an Offeror?s actions under previously awarded contracts. If the Offeror does not have Government references, the Offeror shall provide references from private industry sources that are not prohibited from furnishing information to the Government. Offerors shall submit a priced proposal and a Reference List identifying all businesses and Federal, State, or Local Government agencies for whom the Offeror has been awarded a contract during the past three (3) years. If an Offeror has more than (10) awarded contracts during the past three (3) year period, then identify only the last ten (10) consecutive awarded contracts For each reference on the list of awarded contracts, identify the following: (1) Contract number, type of contract (fixed price, cost reimbursement, etc.); (2) Whether the Offeror performed as the prime or a subcontractor; (3) Name of the contracting office and verified address, phone number of point(s) of contract (4) Project Title and/or brief description of service project. (5) Initial price and final or current price. (6) Contract start date, scheduled completion date, and current or final completion date. (7) Percent complete as of the date of submission of the proposal; and (8) Comments, if desired. The Statement of Work has been revised to as follows: STATEMENT OF WORK DEMOLISH FACILITY 1435 PROJECT YWHG 00-0019 1. The following statement of work is for development of a proposal, cost estimate and demolition of facility 1435 located on Whiteman AFB. A. Facility 1435 is a Wood / Metal / Concrete framed one story office building with brick and lapped siding, concrete foundation and concrete piers, slabs, and concrete sidewalks. The square footage is approximately 13,965. The floors are approximately 4 inches thick with crawlspace under some parts of it. Remove the structure; to include all foundation footings, sidewalks, bushes and other debris and then dispose in an approved landfill. The front parking lot will not be removed. The back parking lot will be removed and have a 70 linear ft curb and gutter installed. Concrete from the site will be disposed of off base. Water and sewage connections shall be capped at the mains and the facility's steam line capped within the utility pit. Electricity connections will be buried at the site. Pits and trenches on the site should be taken to 2 ft below grade and filled in. The 25 ft x 12 ft walk-in freezer unit should be removed from site and disposed of properly. The demolished site shall be restored to drain grade, seeded and mulched to an established lawn which can be mowed, matching that in the existing area or better. 2. All construction shall be accomplished in accordance with Whiteman AFB safety regulations, Federal or State asbestos regulations, OSHA regulations and local codes. END OF STATEMENT OF WORK
 
Place of Performance
Address: 509 Contracting Squadron, 727 Second St, Suite 124A, Whiteman AFB, MO
Zip Code: 65305
Country: UNITED STATES
 
Record
SN01346776-W 20070721/070720001319 (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  © 1994-2020, Loren Data Corp.