Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2011 FBO #3605
SOURCES SOUGHT

Z -- Demolition Requirements Contract

Notice Date
10/6/2011
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
FA4659-12-R-0001
 
Point of Contact
Melissa A Hopkins, Phone: 7017475344, Paula Reinhard, Phone: 7017475281
 
E-Mail Address
melissa.hopkins@us.af.mil, paula.reinhard@us.af.mil
(melissa.hopkins@us.af.mil, paula.reinhard@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Air Force is seeking sources for a potential competitive 100% set aside for 8(a), HUBZone, Service Disabled Veteran Owned Small Business, or Small Business concerns. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals on a demolition solicitation. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. The Demolition contract is a firm-fixed price (FFP), requirements contract which principal features are demolition, removal, and disposal of concrete structures, masonry/block structures, steel structures, and wood structures. Demolition classification is based on structural building members. For example, the main structural members of a building is steel, therefore the building is classified as a steel structure. Demolition includes removing structures, backfilling void, and compacting to specification requirements. Demolition, removal, and disposal of storage igloos which includes removing structure, metal and reinforced concrete dome type, backfilling void, and compacting to specification requirements. Remove electrical service back to sectionalizing cabinet, including but not limited to pulling all wire, removing conduit, and removing pad-mounted transformer. Remove gas service back to gas main, including but not limited to the removal of actual lines and crimping off gas service at main line. Remove sanitary sewer service line back to main line, including but not limited to removal of actual sanitary sewer lines and capping existing service line at main line. Remove water service back to main line, including but not limited to removal of actual service lines, removal of existing water service fitting, and replacing with straight section of water pipe and unions. Remove water fire line back to main line, including but not limited to removing fire service line, removing existing water service fitting and replacing with a straight section of water pipe and unions. Remove communications lines back to communication pedestal, including but not limited to pulling all wires and removing conduit. Installation of new communication lines, including conduit. Removal of above ground and underground storage tanks, liquid fuel tanks, and associated piping. Excavation and removal of earthwork, concrete, and asphalt. Backfill and compaction. Landscaping services including but not limited to the placement of topsoil, fine grading, the installation of berms, hydro-seeding, sodding, planting of trees (deciduous trees, deciduous shrubs, coniferous trees, evergreen shrubs, and flowers), landscape mulching, the placing of weed blocking fabric, and the placing of steel edging. Remove and replace curbs, including survey and site layout and development. Horizontal drilling/boring under 300' up to 10" diameter. Installation of new manholes, including excavation, backfill, and compaction. Raising and lowering of existing manholes. Repair sewer inlets. Installation of new sewer inlets, including excavation, backfill, and compaction. Installation of new 10" storm inlets, including excavation, backfill, and compaction. The placement of new concrete and bituminous asphalt. Installation of 4" sidewalks, including excavation, backfill, and compaction. Installation of 3" bituminous multi-use path, including excavation, backfill, aggregate, geotextile, and asphalt. Installation of 16', 30', and 40' light poles. Installation of lighting controls. Installation and connections of miscellaneous wiring. Remove existing light poles, including but not limited to pulling all wire, removing conduit back to transformer, and removal of poles. Remove existing block heater plug-ins, including but not limited to pulling all wires and conduit back to main and removal of posts. Other associated electrical work which is to be identified per task order. Erection, maintenance, and removal of temporary construction and security fencing and gates. Asbestos and lead services including testing, surveying, and removal. The magnitude of this contract is between $5,000, 000 and $10,000,000. Work to be performed will be within the North American Industry Classification System (NAICS) Code 238910 Site Preparation Contractors and the small business standard of $14.0M. During the contract period, Base Civil Engineering will identify demolition tasks required for each specific job and Contracting will negotiate and issue individual task orders to the contractor for those jobs. If your firm has an interest in proposing on this future requirement as described above, please prepare and transmit a Capability Statement to Melissa A. Hopkins, SSgt and Paula Reinhard via mail addressed to 319 CONF/LGCA, 575 Tuskegee Airmen Blvd, Grand Forks AFB, ND, fax to (701) 747-4215, or email to melissa.hopkins@us.af.mil and paula.reinhard@us.af.mil, not later than 3:00 PM CDT, 21 October 2011. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone at (701)747-5344 or (701)747-5281 (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Request interested firms respond to this notice and include the following in their Capability Statement: (a) Firm's INFORMATION [name, address, phone number, CAGE Code]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, job venture, primary subcontractor]; (c) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran Owned small business, small business, large business, etc.]; (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant demolition experience with a primary focus on IDIQ type contracts and simultaneous performance of multiple projects at different locations and include a summary of relevant and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; (e) INDUSTRY STANDARDS [Interested contractors must demonstrate a history of relevant demolition experience with the following standards or codes: Base Facility Design Standard, Base Architectural Compatibility Standard, National Electric Code, National Electric Safety Code (ANSI C2), National Fire Protection Association (NFPA 101) Safety Code, International Building Code, International Mechanical Code, International Plumbing Code, Uniform Federal Accessibility Standard (USAS), Americans with Disabilities Act Accessibility Guidelines (ADAAG), Uniform Facilities Criteria (UFC). (f) BONDING CAPABILITY on individual projects and aggregate requirements; (g) PERCENT OF WORK the firm can commit to accomplishing demolition with in-house (no subcontracted) labor. Interested contractors must provide the above information to the points of contacts listed herein. Information submitted shall be in sufficient detail as to allow for government review of firm's interest and capabilities. Responses shall be limited to six (6) pages. The government reserves the right to set this acquisition aside for Small Business, 8(a), HUBZone, or Service Disabled Veteran Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside the acquisition or solicit on an unrestricted basis, it will be posted on this website. This request for information (RFI) notice is issued for planning purposes only. This is not a Request for Proposal (RFP). Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the government to award a contract, issue a solicitation, or pay for any proposal preparation costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/FA4659-12-R-0001/listing.html)
 
Place of Performance
Address: Grand Forks Air Force Base, Grand Forks, North Dakota, 58205, United States
Zip Code: 58205
 
Record
SN02603318-W 20111008/111006234053-b13101576c8df896e1c747e8fd947a6c (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.