Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
SOLICITATION NOTICE

Z -- DEMOLISH INDUSTRIAL PRETREATMENT F193

Notice Date
3/19/2010
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Vance Air Force Base Contracting, 246 Brown Parkway, Vance AFB, Oklahoma, 73705-5036
 
ZIP Code
73705-5036
 
Solicitation Number
IFB141B
 
Point of Contact
Rick L Murrow, Phone: 580-213-6054
 
E-Mail Address
rick.murrow.ctr@vance.af.mil
(rick.murrow.ctr@vance.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CSC Applied Technologies LLC (CSC) is contemplating the issue of solicitation IFB141B for XTLF 08-1018, DEMOLISH INDUSTRIAL PRE- TREATMENT F193. The project consists of the following: A. Construction of Electrical, Mechanical and Civil components, and relocating of the Installation Repair Program (IRP) air compressor from facility 193 and installing in facility 187, and relocation of compressor controls. This includes reconnection to the existing underground IRP line, and abandon and plugging the existing connection from facility 193. This also includes installation of compressed air lines from the relocated IRP air compressors in facility 187, and connection at the IRP compressed air distribution lines. Work in facility 187 includes removal of an existing air compressor, and installation of valves, check valve, regulators, etc. to allow the existing facility 187 air compressors to act as back-up IRP compressed air. B. Performing environmental clean-up of the manholes, flow lines, process components and the interior of facility 193. Requires State of Oklahoma Department of Environmental Quality approved disposal of material inside the vessels, containers and piping. 1. This includes providing environmental waste containers, and coordinating marking and labeling of environmental waste containers with Environmentalist, or contact through the Contracting office. 2. Also included is pumping out manholes and lift stations in the immediate area of facility 193, and transferring into the sanitary sewer. See test results of fluids in the manholes. C. Demolition of building 193 - Industrial Pre-Treatment facility. 1. Demolition includes: a. Removal of process piping, vessels and containers inside and outside of the facility. b. Complete removal of the steel frame structure with sheet metal and EFIS exterior. c. Removal of foundations, concrete pads/walkways, manholes lift stations, and removal of lift pumps and controls to six feet below the surface. d. Removal of concrete drive ways and sidewalks from facility 193 to the adjacent roadway or ramp, and patching curbs across the removed space. An exception is the drive to the West of facility193 which will be removed to the first joint west of facility 193, and a curb installed around the East end of the remaining drive with a notch at the low point to drain. e. Removal of underground lines not in service, in the area of facility 193 defined by the curb to the south and west, sidewalk to the north and drive to the east. f. Removal of electrical distribution, motor control center, dry type transformers, medium voltage transformer, EMCS line, and a span of overhead 12.47KV distribution with abandoned EMCS line. g. Destruction of selective manholes, removal of manholes, removal of underground flow lines, plugging of existing underground lines to be abandoned in place, backfill manholes and pump stations to surface, and selective sodding and paving. 2. Backfill demolition areas with top soil, grade to provide a regulated slope (no vertical change over four inches in five feet), and compact soil between all existing grades and the curbs on the west and South, sidewalk to the North, and to the drainage and drive to the East, so water will not puddle. Install sod over disturbed areas. This includes areas along the abandoned waste line where manholes are partially removed, and backfilled with sod or asphalt paving. All work will be in strict accordance with plans and specifications to provide for a complete project. Quality control, adherence to the plans and specifications and timely completion of any work will be the responsibility of awardee. NAICS 238990, Small Business Set Aside Small Business Size $14M. Magnitude $100K - $500K Estimated Solicitation Issue Date: April 8, 2010 Once issued, please refer to the Solicitation Documents Folder of the solicitation download in the file "Solicitation Offer and Award" to confirm the following dates Pre-Bid, April 22, 2010, 10:00 a.m. at Vance AFB, OK meeting will begin in Building 200 Conference Room 123. Bid Opening, May 13, 2010 at 2:00 p.m. to be held at Building 200 Conference Room 123. Both above dates are subject to change. Please verify prior to dates shown to assure the scheduled events will occur as stated here. Please note: All interested persons wishing to attend the, non-mandatory but highly recommended, Pre-Bid Meeting to be held at Vance AFB must provide the following information a minimum of five (5) days prior to the Pre-Bid Meeting. Company, Address, City, State, Zip, Individuals Name expecting to attend, and a contact phone. Provide all of above via E-mail to rick.murrow.ctr@vance.af.mil. Failure to provide this information may result in not being given access to the Field. Questions or clarifications should also be directed to E-mail address rick.murrow.ctr@vance.af.mil. IFB141B package is expected to be available on or about the Estimated Solicitation Issue Date shown above at our Web page http://www.fbo.gov Vance AFB page as a zip file. No hard copies of the solicitation will be available. After solicitation issue it is your responsibility to FBO Vance AFB Web page frequently for possible addenda or other items that may affect the solicitation. Attention Bid Services, please post this entire synopsis including all instructions if you are providing notice of this project to your clients. Failure to do so will result in inadequate information and may result in your clients not being able to readily access pertinent project information needed to bid the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/CVC/IFB141B/listing.html)
 
Place of Performance
Address: Vance AFB, OK 3 miles S of Enid, OK, Enid, Oklahoma, 73703, United States
Zip Code: 73703
 
Record
SN02098172-W 20100321/100319235734-2a80b788d49877baa86b98afcaf7a92b (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.