|
COMMERCE BUSINESS DAILY ISSUE OF MAY 30,1997 PSA#1856325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL
32403-5526 Z -- HOUSING DEMOLITION, INDEFINITE QUANTITY-INDEFINITE DELIVERY SOL
F0863797QX886 DUE 061397 POC TSgt Douglas Willard, Contracting
Apprentice, (904)283-8634 or TSgt Karen Ziemba, Contracting Officer,
(904)283-8633. This is a combined synopsis/solicitation of an
indefinite delivery, indefinite quantity (IDIQ) contract for commercial
items in accordance with the format in FAR 12.6, as supplemented with
additional information included with this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
formal solicitation will not be issued. This project, solicitation
number F0863797QX886, is to be issued as a Request For Quotation (RFQ).
The solicitation document and incorporated provisions and clauses are
those in effect through federal acquisition circular 90-46. The
contract will be for demolition of approximately 297 housing units for
one base year with 2 one year options. This is a firm-fixed price
contract with a guaranteed minimum contract amount of $50,000.00 per
year. This is a 100% small business set-aside. The Standard Industrial
Classification (SIC) code is 1795, with a small business being one
with annual income less than $7.0 million. Offerors are to complete
eachof the 11 estimated Contract Line Item Numbers (CLINS). No partial
bids will be accepted. CLIN 0001- estimated 8 each, type 1 housing
unit (1411 sq. ft.); CLIN 0002- estimated 8 each, type 2A housing unit
(1383 sq. ft.); CLIN 0003- estimated 8 each, type 2B housing unit
(1442 sq. ft.); CLIN 0004- estimated 26 each, type 3 housing unit (1015
sq. ft.); CLIN 0005- estimated 6 each, type 4 housing unit (1458 sq.
ft.); CLIN 0006- estimated 25 each, type 6 housing unit (1718 sq. ft.);
CLIN 0007- estimated 14 each, type 7A housing unit (1895 sq. ft.); CLIN
0008- estimated 50 each, type 7B duplex housing unit (1078 sq. ft.
each); CLIN 0009- estimated 106 each, type 8 duplex housing unit (1116
sq. ft. each); CLIN 0010- estimated 24 each, type 9 2-story triplex
housing unit (2114 sq. ft. each); CLIN 0011- estimated 22 each, type 10
2-story duplex housing unit (2119 sq. ft. each). (NOTE: Duplex and
triplex measurements are for each unit. However, all duplexes and
triplexes will be released for demolition as entire units.) The
performance completion date will be 3 work days (7:00 am -- 5:00 pm,
Monday -- Friday excluding federal holidays) from the notice to proceed
date for each $5,000.00 increment of work. Contractors actions will
include but are not limited to providing all labor, equipment,
materials and services required to: completely demolish housing units
and foundations, to include associated sheds, fences, slabs (including
driveways and specified sidewalks); cap off utilities at designated
locations (nearest main feeder or specified termination point); hauling
off all materials; asbestos removal in compliance with Florida
Department of Environmental Protection (FDEP) laws and regulations;
excavation, grading and compacting of sites to establish a level grade;
and hydroseed and mulch areas affected by contractor operations until
the areas maintain a healthy state of growth to match surrounding
areas. Contractor will not disturb trees in the areas. Some designated
driveways and sidewalks will remain intact. Demolition is to be
conducted without the use of open flames or explosives. Dust shall be
kept to a minimum. The contractor shall assume all floor tiles are
partially comprised of Asbestos Containing Material (ACM) and comply
with the State of Florida Department of Environmental Protection laws
and regulations pertaining to its removal. The contractor shall be
aware that lead paints do exist within project limits but do not exceed
regulated percentages of weight per volume. Government as-built
drawings will be made available to the contractors for referencing the
locations of utilities and other appurtenances. The contractor shall
be responsible for verifying the information and for obtaining an
approved AF Form 103, Base Civil Engineering Work Request, prior to the
commencement of work at each site. The contractor shall request
permission for equipment storage and placement, and shall maintain a
neat and orderly appearance in the areas. The provisions at FAR
52.212-1, "Instructions to Offerors- Commercial Items", applies to this
service. The Government intends to evaluate offers and award a contract
without discussions. Therefore, qualified contractors should submit a
quotation with the best possible price. The Government may reject any
or all offers if such actions are in the public's best interest.
Provisions at FAR 52.212-2, "Evaluation- Commercial Items", apply to
this order. The Government intends to award a contract from this
solicitation to the lowest-priced, responsible offeror, whose past
performance is found to be acceptable, whose offer conforms to the
solicitation to satisfy the Government's needs, and whose offer will be
most advantageous to the Government. Offerors are to include a
completed copy of the provision at FAR 52.212-3, "Offer Representations
and Certifications- Commercial Items" with quote. The clause at FAR
52.212-4, "Contract Terms and Conditions- Commercial Items", applies to
this acquisition. The clause at FAR 52.212-5, "Contract Terms and
Conditions Required to Implement Statutes or Executive Orders-
Commercial Items", applies to this acquisition [this includes, but is
not limited to, the following FAR clauses: 52.222-26, Equal
Opportunity; 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped
Workers; 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era; 52.222-41, Service Contract Act of 1965,
as amended; 52.222.42, "Statement of Equivalent Rates for Federal
Hires", in compliance with the Service Contract Act of 1965, as
amended, and the regulations of the Secretary of Labor (29 CFR Part 4),
this clause identifies the class of service employees expected to be
employed under the contract and states the wages and fringe benefits
payable to each if they were employed by the contracting agency subject
to the provisions of 5 U.S.C. 5341 or 5332]. The clause at FAR
52.219-6, "Notice of Total Small Business Set-Aside", applies to this
solicitation. A site visit will be conducted on 5 Jun97 at 9:00 AM
starting at the 325th Contracting Squadron, Tyndall AFB, FL. An
information package may be obtained from the contracting office on the
day of the site visit that shall include a brief statement of work,
Department of Labor wage determinations, Representation and
Certifications, and floor plans for housing units being demolished.
Personnel planning on attending the site visit should make a courtesy
notification of intent. Individuals not attending the site visit, but
interested in providing a quote, may receive the information package by
submitting a written request. All written requests must include;
Company's name, complete mailing address, point of contact (POC), and
telephone and facsimile numbers. Quotes shall be submitted in writing
to the 325th Contracting Squadron, address above, not later than 2:00
PM on 13 Jun 97. Attention: TSgt Douglas Willard, (904) 283-8634 or
TSgt Karen Ziemba, (904) 283-8633, 325th CONS/LGCV, FAX (904) 283-3963.
(0148) Loren Data Corp. http://www.ld.com (SYN# 0141 19970530\Z-0010.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|