Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2012 FBO #4032
SOURCES SOUGHT

Z -- This is a request for information notice only. This is not a request for proposals and no contract shall be awarded.

Notice Date
12/6/2012
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
MICC - Fort McCoy (RC - North), Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA13B0004
 
Response Due
12/12/2012
 
Archive Date
2/4/2013
 
Point of Contact
Victor A. Gutierrez, 608-388-2218
 
E-Mail Address
MICC - Fort McCoy (RC - North)
(victor.a.gutierrez.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command Center, Fort McCoy, WI is conducting market research in order to determine if a SDVO, 8 (a), Women Owned or HUB Zone set aside action is feasible for this acquisition. The type of solicitation issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Mission and Installation Contracting Command's determination on how to complete the proposed requirement will be based on responses to this notice and made at the sole discretion of the Contracting Officer. Work to be performed under this firm, fixed-price indefinite delivery indefinite quantity (IDIQ) type contract will be within the North American Industry Classification System (NAICS) Code 238910- quote mark establishments primarily engaged in site preparation activities, such as excavating and grading, demolition of buildings and other structures and concrete breaking and cutting for demolition quote mark with a small business size standard of $14 million. Project Magnitude is between $500,000 and $1,750,000. Contractor shall provide all labor, equipment, materials, equipment, transportation, and supervision necessary to perform the work under this contract including but not limited to: A. NEW WORK: 1. Crush the demolition concrete stockpiled at dump site and pile crushed material at the dump site. 2. Contractor shall furnish two piles of crushed concrete product. One pile shall consist of a finished product between 3/4 inch and 2-1/2 inches in average particle size, and the second pile shall consist of product 3/4 inch average particle size and smaller. Contractor shall weigh the crushed product for each task order, and shall provide weigh tickets. 3. Metals in the crushed concrete shall be separated and stockpiled. Separate piles shall be created for ferrous and non-ferrous metals. Contractor shall weigh the separated metals and submit weigh tickets. 4. Contractor is to show evidence that conveyor scale has been validated and supply such validation to the Contracting Office. B. REPAIR WORK: Contractor shall repair any damages caused by this activity, including but not limited to; 1. Repair any existing construction which is damaged. 2. Repair any landscaping including trees, shrubs, flowers, and grass. 3. Repair vehicle ruts. Level the ruts, place topsoil, and seed the disturbed areas according to the specifications. 4. Repair any sediment that has been tracked onto public roads as a result of contractor's vehicles moving to and from the crushing site. Responses to this announcement must be received no later than 4:00 pm on Wednesday, December 12th, 2012. Responses should be e-mailed to Victor Gutierrez at victor.a.gutierrez.civ@mail.mil or faxed to (608) 388-3950. Responses should include the following: 1) Reference Sources Sought Number 2) Company Name and point of contact information to include name, e-mail address, telephone and fax numbers 3) DUNS number 4) The socioeconomic status of the company (i.e. HUBZone small business, 8(a) business, etc.) 5) A written narrative of contractors' capability to provide the requirements listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8a1dd9e5d2d07439c17829803eeb412e)
 
Place of Performance
Address: MICC - Fort McCoy (RC - North) Building 2103, 8th Avenue, Fort McCoy WI
Zip Code: 54656-5153
 
Record
SN02944109-W 20121208/121206234808-8a1dd9e5d2d07439c17829803eeb412e (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.