Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
SOLICITATION NOTICE

Z -- Demolition Requirements

Notice Date
3/12/2012
 
Notice Type
Presolicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
FA4661-11-R-0005
 
Point of Contact
Nicholas Fyffe, Phone: 325-696-1454, Anthony D. Rogiano, Phone: 3256961456
 
E-Mail Address
nicholas.fyffe@dyess.af.mil, anthony.rogiano@dyess.af.mil
(nicholas.fyffe@dyess.af.mil, anthony.rogiano@dyess.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This acquisition is a competitive HUBZone set-aside for contractors for a Facility Demolition Requirement Contract. It will be a Firm Fixed Price Indefinite Delivery Requirements Contract and award will be made to a HUBZone firms. This acquisition is being synopsized under North American Industry Classification System (NAICS) Code 238910, Site Preparation Contractors. All other firms are deemed ineligible to submit offers. Small business size standard is $14,000,000.00. The work requirements to be performed by the contractor consists of, but are not limited to, 1) Lead Base Paint (LBP) and Asbestos Containing Materials (ACM) 2) ACM surveys, sample data analysis, evaluation of findings and survey reports 3) site and facility demolition and site restoration work, including removal, transportation and disposal of all demolition waste. All work is to be performed at Dyess AFB, TX. Work will be released to successful contractor in work packages via individual task orders. The government reserves the right to utilize in-house forces to accomplish work in a facility undergoing renovation or reconfiguration; however, the government guarantees that all task orders for facility demolition work will be awarded to the contractor, except for those instances where government in-house forces are used. Unit prices will be taken for the Base Year (year one) and Two Option Years. During the contract period, the 7th Civil Engineering Squadron will identify construction tasks required to complete each specific job and Operational Contracting will negotiate and issue individual task orders to the contractor to complete those jobs. The contractor will be required to be available every weekday with exception of holidays to receive task orders and provide other management services related to accomplishing individual task orders. Individual task orders will vary in size and complexity. There will be no seed project but past performance and price will be factors determined in the solicitation. The task orders will include a variety of trades, such as demolition of facilities constructed with various types of materials (steel frame, wood frame, bricks, concrete masonry units, EIFS, etc) and with different types of uses (Airplane maintenance hangars, storage buildings, office buildings, maintenance shops, etc) as well as other miscellaneous demolition including but not limited to asphalt/concrete pavement, concrete slabs on grade, concrete ramps, sidewalks, etc. This contract also includes provisions to perform surveys to determine the presence of lead base paint and asbestos containing materials at facilities scheduled to be demolished and abatements as required per local, state and federal regulations. There are also provisions to restore sites condition that includes backfilling, grading, seeding, construction of concrete sidewalks, curb and gutter, removal/capping of utility lines (electric, water, sewer, gas), etc. Place of Performance: Dyess Air Force Base, Texas. Period of Performance and Magnitude: The performance period is one (1) base period with two (2) option years. The estimated contract magnitude is between $5,000,000 and $10,000,000. The Government intends to award on a Lowest Price Technically Acceptable basis. The solicitation will be issued via Federal Business Opportunities (FedBizOps) at https://www.fbo.gov/. No paper copies of the solicitation, specifications, plans or bidders mailing list will be issued from this office. Telephone requests will not be accepted. You must register on the EPS site in order to receive notification of changes to the solicitation. Prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. The CCR site is http://www.ccr.gov. When the solicitation is downloaded, it is important to read the solicitation COMPLETELY, as there are milestones that MUST be met by the prospective offeror in order for the proposal to be considered responsive. There will be no preannouncement of when the solicitation will be available; however, the issuance date for this solicitation is anticipated to be on or about 28 Mar 2012 with a closing date 30 days after issuance. Points of Contact: SSgt Nicholas Fyffe, Contract Administrator, at (325) 696-1454, email nicholas.fyffe@dyess.af.mil or Mr. Anthony Rogiano, Contract Specialist, at (325) 696-1456, email: anthony.rogiano@dyess.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/FA4661-11-R-0005/listing.html)
 
Place of Performance
Address: 7th Contracting Squadron, 381 Third Street, Bldg. 7238, Dyess AFB, Texas, 79607, United States
Zip Code: 79607
 
Record
SN02694284-W 20120314/120312234636-261372eb1221a5c62b27cf58e6d81e69 (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.