Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOLICITATION NOTICE

Z -- Demolition Miscellaneous Facilities

Notice Date
6/8/2009
 
Notice Type
Presolicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 496 ABS/LGC - Moron, Moron AB, Unit 6585, Moron AB, Spain, 09643-6585
 
ZIP Code
09643-6585
 
Solicitation Number
FA5575-09-R-0013
 
Point of Contact
Elia M. Portz, Phone: +34 95 584-8017, Veronica Bravo, Phone: 01134955848134
 
E-Mail Address
elia.portz@moron.af.mil, veronica.bravo@moron.af.mil
(elia.portz@moron.af.mil, veronica.bravo@moron.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Air Force intends to issue solicitation FA5575-09-R-0013 to solicit proposals for Firm-Fixed Price contract for the Demolition of Miscellaneous Facilities in Moron AB, Spain. The complete solicitation package will be available on the Federal Business Opportunity website for download on or after 22 June 09. The contract will consist of a period of performance of 120 calendar days. Contract magnitude is between $25,000 and $100,000 U.S. dollars. The successful contractor will be selected using Lowest Price Technically Acceptable with acceptable Past Performance resulting in the best value to the government. In accordance with the Agreement of Defense and Cooperation between the Kingdom of Spain and the United States of America, any contract resulting from this notice/solicitation can only be entered into with companies authorized to carry out these activities in Spain under Spanish law. Companies must meet the requirements established by Spanish legislation for execution of Government works. In addition, in accordance with the Office of Defense Cooperation Policy Directive 400- 5 "(4) Spanish material, labor, and equipment must be used if permitted by the requirements of the contract specifications." SCOPE OF WORK: The work includes, but is not limited to, the following items: Item A: Demolish Storage Spare Inert (Bldg 1009) a. Disconnect all utility service lines: electricity, fuel, etc... b. Remove electrical installations, light fixtures, panels and accessories. c. Demolish roof slab and waterproof system. d. Demolish exterior enclosure. e. Demolish pump supports, foundation slab and subbase. f. Remove electrical supply lines previously disconnected from panel, seal conduits and abandon the underground lines. g. Remove fuel lines, connection manholes and accessories, seal and abandon the underground pipes. h. Load the debris from demolition and transport properly to an authorized dump or recycling plant. i. Backfill the cavity affected by the demolition and landscape the remaining area. j. Repair those elements affected by the execution of the project. k. Clean the affected area by the works and the access routes. Item B: Demolish Building 1311: a. Disconnect all utility service lines: electricity, water, sewer, etc... b Wrap, transport and deliver to an authorized dump the asbestos containing material. c. Load and transport to authorized dump the tanks, pumps, engine and other abandoned metal elements. d. Remove electrical installations, light fixtures, panels and accessories. e. Remove glass windows and doors. f. Remove doors and windows including frames, guides, louvers, paneling and accessories. g. Demolish roof slab and waterproof system. h. Demolish exterior enclosure and partition walls. i. Demolish pump supports, foundation slab and subbase, excluding the concrete block from the water well seal. j. Remove electrical and water supply lines previously disconnected from panel within the perimeter established for the demolition, seal conduits and abandon the underground lines. k. Separate and load the waste from the demolition and transport properly to authorized dump or recycle plant. l. Install signal of "Decommissioned Water Well". m. Backfill the cavity affected by the demolition and replace the topsoil in the remaining area. n. Repair those elements affected by the execution of the project. o. Clean the affected area by the works and the access routes. Demolish Building 1336: a. Disconnect the electricity service lines. b. Remove the perimeter fence and demolish the post and its footing. c. Demolish the concrete slab. d. Demolish the electrical and grounding manholes and the electrical supply lines previously disconnected from panel within the perimeter established for the demolition, seal conduits and abandon the underground lines. e. Separate and load the waste from the demolition and transport properly to authorized dump or recycle plant. f. Backfill the cavity affected by the demolition and replace the topsoil in the remaining area. g. Repair those elements affected by the execution of the project. h. Clean the affected area by the works and the access routes. Item C: Demolish Power Plant Storage (Building 222): a. Disconnect all utility service lines: electricity, water, sewer, etc... b. Wrap, transport and deliver the asbestos containing material to authorized disposal area. c. Remove electrical installations, light fixtures, panels and accessories. d. Remove plumbing and sewer installations and accessories. e. Remove glass windows and doors. f. Remove doors and windows including frames, guides, louvers, paneling and accessories. g. Demolish continuous plywood false ceiling. h. Demolish wood frame and purling from the roof structure. i. Demolish interior partitions. j. Demolish exterior wall and brick reinforcements. k. Demolish concrete pavement slab and subbase. l. Demolish tie beam and foundation elements. m Cut electrical and water supply lines previously disconnected from panel within the perimeter established for the demolition, seal conduits and abandon the underground lines. n. Separate and load the waste from the demolition and transport properly to authorized dump or recycle plant. o. Backfill the cavity affected by the demolition and replace the topsoil in the remaining area. The above general outline and list of Principal Features of Work in no way limits or reduces the responsibility of the Contractor to perform all work as required by the project to provide a complete and operable facility. CERTIFICATION OF CLASSIFICATION: Bidders and/or their subcontractors must hold an updated Certificate of Classification issued by the "Registro Oficial de Contratistas de Obras del Estado" of the "Ministerio de Economia y Hacienda" or equivalent. Group Subgroup Category C 1 b You are requested to notify the following E-Mail addressee if you intend to download the solicitation that will eventually be posted on this posting service; elia.portz@moron.af.mil. It is highly recommended that you register to be notified of any new postings for this solicitation and/or any other postings published by our office. However, failure of the service to notify you of changes cannot be used against the Government in any way, shape or form. Therefore, you should check FedBizOps, https://www.fbo.gov, frequently for any new postings that may have been made. The Government anticipates and reserves the right, to issue all solicitation documents including specifications and drawings in the English language only. A visit to the site of work will be conducted in English; the date and time of which will be announced in the solicitation documents. In order to be awarded a contract by the U.S. Government, the company must be registered in the Central Contractor Registry (CCR), contracts cannot be awarded to unregistered contractors. Registration can be made on line at www.ccr.gov NOTE: You must have a DUNS number and a NATO Commercial and Government Entity (NCAGE) Code to register. To obtain a Data Universal Numbering System (DUNS) Number you can contact Dun and Bradstreet and request one by calling: 902446688. To obtain a NATO CAGE code you must fill out the form found in : http://www.dlis.dla.mil/Forms/Form AC135.asp Failure to be registered in CCR at the time of award may delay the award and depending on the criticality of the project, may be cause to award to the next qualified best value offeror who is CCR registered. However, do not delay submitting your proposal pending receipt of a DUNS number or CAGE Code. Notice to Offerors: funds are not presently available for this project. No award will be made under this solicitation until funds are available. The government reserves the right to cancel this solicitation, either before or on 1 October 2009, with no obligation to the offeror by the government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/496ABSLGC/FA5575-09-R-0013/listing.html)
 
Place of Performance
Address: Moron Air Base, Moron de la Frontera, Sevilla, 41530, Spain
 
Record
SN01839148-W 20090610/090608235445-7777a99b47402314f882429b27da2709 (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.