Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2009 FBO #2755
MODIFICATION

Y -- Demolition of POL Facility

Notice Date
6/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Massachusetts, 50 Maple Street, Milford, Massachusetts, 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
SPBN082015
 
Point of Contact
Jean T. Greenwood, Phone: 508-233-6663, Erika L Reinikainen, Phone: 508-233-6669
 
E-Mail Address
jean.greenwood@us.army.mil, erika.reinikainen@us.army.mil
(jean.greenwood@us.army.mil, erika.reinikainen@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT IS BEING ISSUED FOR PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE MASSACHUSETTS NATIONAL GUARD WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT. The Massachusetts National Guard is seeking 8(a) firms, HUBZone Small Business, and Service Disabled Veteran Owned Small Business (SDVOSB) contractors who are capable of providing demolition services for Otis Air National Guard Base. The North American Industry Classification System (NAICS) code for this effort is 238910 and the Small Business Administration (SBA) size standard is $14 million. The service required will consist of demolishing a POL Storage Facility. The Contractor will provide all labor, materials, equipment, and supervision necessary to perform all work required in strict accordance with the detailed requirements of the technical provisions. The following is a summary of work to be performed: 1. Demolition of two (2) JP-8 bulk storage fuel tanks and associated components and infrastructure. 2. Demolition of several buildings and associated components and infrastructure. 3. Demolition of off-loading and loading headers, piping, curbing, pads, etc. and associated components and infrastructure. 4. Demolition of fuel spill containment structures, dikes, chambers, tanks, etc. and associated components and infrastructure. 5. Demolition of access ways, walkways, stairs, stoops, ramps, etc. 6. Demolition of above and below grade utilities and structures including water, electric, drainage, etc. 7. Demolition of hydrant fuel transition pit, valve pit and associated components and infrastructure. 8. Demolition of security fencing, below grade supports and associated components and infrastructure. 9. Soil and material testing, backfilling, grading and restoration of the site with loam and seed. Additive Bid Items: 1. Demolition of additional building and associated components and infrastructure. 2. Demolition and removal of additional fuel spill containment structure. 3. Demolition and removal of the re-fueler parking area light poles (typical of 6), oil/water separator and the repair of drainage infrastructure. 4. Demolition and removal of the re-fueler parking area light pole foundations (typical of 6) and the repair of concrete slab. A solicitation, with a magnitude between $1 million and $5 million, will be issued electronically on the Federal Business Opportunities web site at http://www.fbo.gov. Paper copies will not be available. A firm-fixed price award/contract is anticipated. Once a solicitation is posted, it is incumbent upon the interested parties to visit this site frequently for any updates/amendments to any and all documents. All prospective contractors must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) database in order to be eligible for award. AS A MINIMUM, THE FOLLOWING MUST BE SUBMITTED. (a) Provide a copy of the certificate issued by the SBA of your qualifications as an 8(a) firm, HUBZone Small Business, or Service Disabled Veteran Owned Small Business; (b) A positive statement of interest to submit a proposal as a prime contractor on a future solicitation for this service; (c) The current bonding capacity of your firm; (d) Evidence of three (3) recent experiences in work similar in type and scope to include contract numbers, project titles, dollar amounts, percent of work performed, description of work performed, and points of contact with current telephone numbers. All of the information above must be submitted in sufficient detail for a decision to be made on availability of 8(a) firms, HUBZone Small Businesses and Service Disabled Veteran Owned Small Businesses (SDVOSB). Interested 8(a) firms, HUBZone Small Businesses and Service Disabled Veteran Owned Small Businesses (SDVOSB) should indicate interest to the Contracting Officer, in writing as early as possible, but no later than Monday 15 June 2009. Failure to submit all information requested may result in a contractor not being considered as an interested 8(a) firm, HUBZone Small Business or Service Disabled Veteran Owned Small Business (SDVOSB). If adequate interest is not received from the aforementioned small business categories, the solicitation will be issued as a Small Business Set-Aside without further notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/SPBN082015/listing.html)
 
Place of Performance
Address: Otis Air National Guard Base, Massachusetts, United States
 
Record
SN01840989-W 20090612/090610235115-f726a8158db7f7abe87c97378f0ecab6 (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.