Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 11, 2001 PSA #2849
SOLICITATIONS

Z -- DEMOLITION OF MILITARY FAMILY HOUSING UNIT

Notice Date
May 9, 2001
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
ZIP Code
29404-5021
Solicitation Number
FQ441810990100
Response Due
May 24, 2001
Point of Contact
Ralph Barbro, Contract Specialist, Phone (843) 963-5180, Fax (843) 963-2829, Email Ralph.Barbro@charleston.af.mil -- Cheryl Bennett, Contract Specialist, Phone (843) 963-5173, Fax (843) 963-2829, Email
E-Mail Address
Ralph Barbro (Ralph.Barbro@charleston.af.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation # FQ441810990100 is issued as a (RFQ) request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-24. The resulting award is set aside for small business set-aside program. The NAICS Code is 235940 with an $11.5 M size standard. WORK IS EXPECTED TO START WITHIN 7-10 DAYS OF AWARD AND BE COMPLETED WITHIN 30 DAYS FROM AWARD. The following clauses and provisions are incorporated and will remain in full force in any resultant award: FAR 52.212-1, Instructions to offeror- Commercial Items (Nov 1999) is incorporated by reference and applies to this solicitation; The provision 52.212-2 Evaluation Commercial Items (Feb 2000) is applicable to this award. The government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Past Performance and (2) Price. When past performance and price are combined they are equally as important. If the lowest priced evaluated offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of your most recent projects. The award will result in a firm fixed priced purchase order. In accordance with FAR 52.212-3 (April 2001) a current Offeror Representations and Certifications (Reps and Certs) must accompany offer submitted. FAR 52.215-1 Alt 1 Instructions to Offerors_Competitive Acquisition (Oct 1997); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 1999) are incorporated by reference and apply to this acquisition; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Feb 2001) are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply: FAR 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.222-26 Equal Opportunity (Feb 1999); FAR 52.222-35 Affirmative Actions for Veterans and Veterans of the Vietnam Era (Apr 1999); FAR 52.222-36 Affirmative action for workers with Disabilities (29 U.S.C. 793) (Jun 1998); FAR 52.222-37 Employment Reports on Disable Veterans and Veterans of the Vietnam Era (Jan 1999); FAR 52.222-41 Services Contract Act of 11965, as amended (May 1989); FAR 52.228-5 Insuranc_Work on a Government Installation (Jan 1997); DFARS 252.204-7004 Required Central Contractor Registration (Mar 1998) are incorporated by reference and applies to this acquisition; FAR 52.232-33 Payment By Electronic Funds-Central Contractor Registration (May 1998); FAR 52.236-2 Differing Site Conditions (Apr 1984); FAR 52.243-4 Changes (Aug 1987); FAR 52.236-6 Superintendence by the Contractor (Apr 1984); FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (Apr 1984); FAR 52.236-12 Cleaning Up (Apr 1984); FAR 52.236-13 Accident Prevention (Nov 1991); FAR 52.236-27 Site Visit (Construction) (Feb 1995); FAR 52.246-21 Warranty of Construction (Mar 1994); and DFARS 252.225-7001 Buy American Act and Balance of Wage Determination 94-2473 (Rev. 19) as revised 18 Sep 2000 applies to this solicitation. All contractors are reminded that Central Contractor registration is mandatory; you can access this via their web site at http://www.ccr.dlsc.dla.mil. Responses to this combined synopsis/solicitation must be received via email, fax, mail or delivery by 24 May 01, no later than 4:30 PM Eastern Time. Request should be marked with the solicitation number FQ441810990100 and addressed to Sandy Ford, Contract Specialist, Phone (843) 963-5179, Email sandy.ford@charleston.af.mil or Ralph Barbro, Contract Specialist, Phone (843) 963-5180, Fax (843) 963-2829. For more business opportunities, visit the web site of http://www.eps.gov . For a link to Small Business Administration (SBA) log on to, http://www.sba.gov or you can visit us on our home page at website address http://437contracting.charleston.af.mil . All responsible sources may submit a quotation, which shall be considered by the agency. STATEMENT OF WORK Reference: FQ441810990100 Demolish Fire Damaged Military Family Housing Unit SCOPE -- The Contractor shall provide qualified personnel and equipment to Demolish and remove the fire damaged building at 1121 Doyle Avenue, Charleston AFB, SC: A brick and wood housing unit that has approximately 1,390 SF of floor space, 253 SF carport and constructed in 1959. The building is approx. 40_ long x 35_ wide. Interior partitions are composed of wood and gypsum wallboards. There is approx. 200 SF of concrete driveway to be removed. All areas disturbed by this demolition shall be sodded with centipede grass. This unit does contain approximately 1300 SF of Non-friable ASBESTOS floor tile mastic, the cost for wet method of removal should be included. The Contractor shall remove the existing Geo-Thermo HVAC system from the attic of this unit after removing the freon, by a qualified technician, and deliver the unit to the Housing Maintenance Building #1597. Extra care must be taken in demolishing this unit due to how close the neighboring units are and the number of children in the area. When the driveway is demolished the Contractor shall install a sidewalk to match up with existing across where driveway was. All material and debris resulting from this project shall become property of the contractor and shall be hauled off and disposed of off base at the contractor's expense. All solid waste including but not limited to wood, sheetrock, metal, wire, paint, painted brick, painted concrete, painted rock, or painted anything shall be disposed of in an approved state certified landfill at the contractor's expense. Clean concrete, brick, rock, and dirt does not require disposal in a certified landfill. This material shall be disposed of off base in any legal manner that will not result in liability to the United States Air Force. Existing structures indicated shall be removed below grade as necessary to completely remove the entire building structures including all foundations, clay or gravel fill, base course, and wall footings. Where building driveways are removed the Contractor shall install curbing to match the existing street curbing. Existing utilities shall be removed up to the main supply or trunk lines, or up to roadways, pavements or facilities which are to remain. Sod in general shall be composed of Eremochloa ophiuroides (Centipede grass) type. Match existing grassing type in adjacent areas to the extent practical. Project final acceptance of the turf shall be based upon a satisfactory stand of turf. CLEANLINESS AND PROPER SAFETY PROCEDURES ARE ESSENTIAL. SITE VISIT _ A mandatory site visit for all persons intending to submit a proposal for this project well be held at 2:00 PM on 21 May 2001 at the 437th Contracting Office, 101 E. Hill Blvd (building 503), Charleston Air Force Base, South Carolina. See attached Items for further information: 1. Technical Specifications 2. Drawings 3. Submittals (AF Form 66) LOCATION: Charleston Air Force Base (CAFB) Military Family Housing area, 1121 Doyle Avenue, Charleston South Carolina. After award is made, the POC_s for this project and scheduling will be coordinated with Warren Scott, of CE at 963-4981.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=FQ441810990100&L=514)
Record
Loren Data Corp. 20010511/ZSOL006.HTM (D-129 SN50L6X5)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on May 9, 2001 by Loren Data Corp. -- info@ld.com