Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
MODIFICATION

P -- Commercial Services, Non Personal, Demolition of 40, 2-Family Housing Units

Notice Date
8/4/2006
 
Notice Type
Modification
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave. Bldg 302, Altus AFB, OK, 73523-5132
 
ZIP Code
73523-5132
 
Solicitation Number
Reference-Number-F1B3H16207A100
 
Response Due
8/16/2006
 
Archive Date
8/31/2006
 
Point of Contact
Carl See, Contract Administrator, Phone 580-481-5831, Fax 580-481-5138,
 
E-Mail Address
carl.see@altus.af.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. The government will award a contract resulting from 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; Past Performance and Price; Past performance will be considered approximately equal to Price. The contractor shall have 45 days after notice of award in order to complete this project. This procurement is 100% set-aside for HUBZone Small Business Concerns. This announcement, F1B3H16207A100, constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-10 and 11. The North American Industry Classification System Code (NAICS) is 238910. Small business size standard is $12M. The requirement is for the demolition and disposal of 40, two-family housing units located on Altus Air Force Base, Oklahoma. Contractor shall provide all plant, supervision, labor, materials, equipment, and supplies to accomplish the requirements in accordance with the statement of work. Drawings of the site and the Past Performance Questionnaire are available on CD ROM only and will only be made available to those that request a copy of the disk. The contractor shall submit not more than 5 past performance questionnaires along with the proposal for evaluation. Contractors not submitting past performance information will receive a neutral rating unless the contracting officer obtains past performance information from other sources (i.e. CPARS etc). In this case, the contractor will be notified by the contract administrator to be advised of such past performance information obtained. The government is not responsible for past performance questionnaires not received. Please contact the POCs identified herein to request a copy of the CD ROM to be mailed to you. The files are too large to e-mail. Bonding is required for this project. Bonds shall be submitted to the contracting officer not later than 10 days after notice of receipt of award. Progress payments are authorized. Failure to be registered in the Central Contractor Registration (CCR) Database and the Online Representations and Certifications database (ORCA) at time of contract award will make an offeror ineligible for award. Information about CCR and ORCA are identified below along with the websites in order to register if you haven't already. STATEMENT OF WORK 1. SCOPE: The contractor shall provide all travel, plant, supervision, materials, design, and labor necessary to demolish 40 two-family housing units, located in the Bicentennial Military Family Housing area at Altus Air Force Base, Oklahoma. 2. PRINCIPAL FEATURES: The work to be accomplished consists, in general, of the following principal items. This does not mean that the work consists only of these items. But, that it consists of these principal items along with all incidental minor work which becomes necessary to complete in order to accomplish the overall project in a satisfactory and workmanlike manner meeting the approval of the Contracting Officer. This incidental work is to be included in the Contractor’s estimate at the time of submittal to the Contracting Officer. a. Provide to the Contracting Officer prior to the commencement of work, any specific plans for actions not called for in this Statement of Work, specific differing procedures for actions called for already, and plans for removal of asbestos known to exist in the buildings to be demolished. Surveys for asbestos containing materials and lead-based paint are attached for the contractor’s use along with the Altus AFB standards for removal as part of a demolition project. Questions concerning Lead Based Paint or Asbestos in the units should be addressed to the 97th CES Environmental Flight. b. Assure that all utilities attached to the units are shut off prior to the start of the demolition work. Utility shutoff shall be coordinated between the contractor and the 97th Civil Engineering Squadron at Altus AFB. c. Demolish 40 duplex housing units located in Bicentennial Housing at Altus AFB, OK, some of which are two-story units. Demolition shall be accomplished using mechanical contrivances such as track-hoe, front end loader, bulldozer, or other similar equipment. Other acceptable practices are manual demolition by workmen, or mechanically assisted manual demolition. Under no circumstances may explosives be used for any part of the work. d. After demolition of the structure above the concrete slab foundations, the concrete slabs shall be demolished and hauled away. e. Contractor shall demolish and haul away all driveways leading to the units, as far as the sidewalks. If sidewalk is damaged in this process, it shall be replaced by the contractor as part of the work required by this project. e. The contractor shall have the option of salvaging any usable items from the structure prior to demolition. Examples of salvageable items may be light fixtures, water closets, lavatory sinks, cabinets, doors, etc. All salvaged items will become the property of the contractor. f. Prior to the general demolition, any required hazardous material remediation shall be accomplished. Any identified asbestos, lead-based paint, etc. shall be removed and properly disposed of before the bulk of demolition can proceed. g. Before demolition of air-conditioning units, or their removal, all refrigerants shall be removed from the units and captured in approved containers which meet all local, state, and federal rules, regulations, laws, etc., regarding capture and disposal of refrigerants. Contractor shall be responsible for disposal of any such refrigerants removed as part of this project. h. Debris generated by the demolition shall be removed from the worksite by the contractor and disposed of off base in an environmentally sound manner. All debris shall be cleaned up and hauled away from the site to a state-approved landfill or recycling center. i. Haul route(s) shall be as shown on the drawings. Other haul routes may be considered, but must be approved by the government before use by the contractor. If a temporary haul road is approved, it shall be built and maintained by the contractor during the performance period of the contract, and demolished by the contractor when no longer needed, and shall be built, operated, and demolished at no additional cost to the government. After the road would be demolished, the area where it is located shall be returned to its original state. j. Capping of Utilities: · Utilities shall be capped as follows: Sewer lines shall be capped at the wyes using plugs in the wyes, or the wyes removed and capped with a pipe cap. Water lines shall be capped with repair clamps at the mains. Gas shall be capped using sweated caps on copper lines, and PVC or matching caps on plastic lines. Electrical shall be removed up to the distribution transformer and disconnected at that point, and the conductor and conduit to the house removed. · After underground utility lines are removed, the contractor shall backfill the trenches/holes made by this removal and compact the soil removed and replaced by use of walk-behind or other mechanical vibratory compactor. It is the intent of the government to have the sites cleared of all utilities to a depth of three feet up to the point of termination of utilities to remain. · After backfill and compaction, the entire work area shall be leveled by use of a small grader or other such contrivance, to leave the area graded to match up with surrounding elevations and shall include any fine grading required to leave the finished area acceptable for the installation of sod while providing positive drainage to existing ditches, drains, etc. If imported fill dirt is required to maintain existing grade lines, the fill shall be provided by the contractor as part of the project and shall be free of foreign-debris and suitable for topsoil usage. k. After grading, the contractor shall establish new sod over all areas disturbed by the demolition. The contractor shall install sod over the entire cleared and graded area. Sodding shall be accomplished in accordance with the guidelines established in the publication, “Guideline Specifications to Turfgrass Sodding”, published by Turfgrass Producers International, 1855-A Hicks Road, Rolling Meadows, IL. Of special interest to the government is that when the turf is established after all demolition is completed, the final profile of the work area shall be level without significant bumps, ridges, knolls, or other general surface irregularities. Sod shall not be left with projecting corners or edges lapped over adjoining strips of sod. Sod shall be placed level and rolled or otherwise worked to provide a relatively even surface after it is fully established and growing. For growth establishment, the contractor will be allowed use of government provided water from existing water lines and/or fire hydrants in the area to irrigate the new turf until it is fully established. The contractor shall be responsible for providing adapters, connectors, piping, hoses, and sprinklers necessary to irrigate the grass. l. The existing rented chain-link fencing around Bicentennial Housing shall remain in place for the duration of the demolition contract. The contractor may mount signs or other materials on the fence temporarily, but must remove any such items from the fence upon completion of his work. The fence gates used for access into and out of the demolition area shall be secured at the end of each workday to assure that children or other potential trespassers will not have access to the area. The demolition contractor is hereby notified that the government does not own this fence, and any damage to the fence caused by demolition activities will be the responsibility of the contractor to repair or pay the owner of the fence for repair or replacement. At his own option and expense, the demolition contractor may erect additional fencing for whatever reason he may deem necessary or may ask that the temporary fencing be removed so that he may provide his own construction fence. Any fencing, gates, or accessories installed as part of this contract shall be removed upon acceptable completion of the work and all holes/disturbed areas returned to their previous conditions. m. The contractor shall refer to UFGS 01572 Construction and Demolition Waste Management as the guide for requirements concerning recycling, reuse, and disposal of demolished or dismantled materials and equipment, and reporting on disposition of these items. Adherence to the requirements of UFGS 01572 in all its sections and subsections shall be considered as part of this project. The contractor may refer any and all questions pertaining to this specification to the Environmental Flight of 97th CES. 3. SPECIAL SCHEDULING: The demolition shall be so scheduled as to assure that the area encompassing Liberty Circle will be worked first. Demolition in this area must be completed first in order to allow for planned construction by the new Military Family Housing privatization contractor. It is highly recommended that sod operations begin as soon as an area is completed to allow for new sod to become established. A site visit is scheduled on 7 August 2006 at 10:00 A.M. CST. Only one site visit will be available for this project. Contact MSgt Anthony Overbay or MSgt Carl See by 4:00 P.M. by not later than 6 August 2006 4:00 p.m. CST if you plan on attending the site visit. Due to security please arrive at the South Gate entrance off of highway 62 near milepost 42, 30 minutes early to be escorted onto the base. Department of Labor Wage Determination number 94 – 2525 Rev (27) is incorporated by reference (Internet address of http://www.wdol.gov) and will apply to this subsequent contract. The following FAR provisions and clauses apply to this solicitation and are incorporated: FAR 52.212-1 Instructions to Offerors – Commercial Items, FAR 52.212-2 Evaluation – Commercial Items; FAR 52.212-3 Offerors Representations and Certifications – Commercial Items (Note: On-line Representations and Certifications Application (ORCA) has been implemented and is effective as of 01 Jan 05. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA Application Handbook and an ORCA Quick Reference Guide.), Note: Lack of registration in the ORCA database will make an offeror ineligible for award. FAR 52.212-4 Contract Terms and Conditions – Commercial Items, FAR 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders – Commercial Items; paragraphs (a), (b) (5) (14) (15) (16) (17) (18) (19) (20) (24) (26) (29) (31), (c) (1) (2) (3) (4), (d), and (e) applies to this solicitation, FAR 52.237-1 Site Visit, FAR 52.237-2 Protection of Government Buildings, FAR 52.252-1 Solicitation Provision Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.232-13 Notice of Progress Payments, DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFARS 252.209-7004 Subcontracting with Firms that Are Owned or Controlled by the Government of a Terrorist Country, DFARS 252.212-7000 Offeror Representations and Certification – Commercial Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials, DFARS 252.232-7003 Electronic Submission of Payment Requests and AFFARS 5352.242-9000 Contractor Access to Air Force Installations. It is tailored as follows; (1) The contractor is responsible for providing information to assist in completing background checks for those employees requiring access to Altus AFB. This information shall consist of the following but not limited to full name to include first, middle and last name, social security number, date of birth, address, driver’s license number and state of issue, number of years resident of the State of Oklahoma and Jackson County. This information will be protected under the procedures listed under the Privacy Act of 1974. A background check must be completed prior to unescorted access. Those contractor employees whose background checks reveal adverse criminal history to include felonies and sexual offenses may be denied access to Altus AFB. (2) The contractor is responsible for tracking and retrieving badges from employees upon separation, termination and/or completion of business on Altus AFB OK. A list of current contractor employees issued security badges must be provided with the monthly invoice. Badges from employees no longer working on the contract must be turned into the Contracting Office within 30 days of leaving. For each badge not turned into the Contracting Office in a timely fashion, there will be a one-time $29.00 assessment against CLIN 0001 or depending on the option year: CLIN 1001/2001 for that month’s invoice. (3) Businesses may lose base pass privileges if they fail to control use of the badges or do not return them upon completion of use. Excessive abuse may result in termination or not exercise of option periods for this contract. Employees who abuse their badge privileges by attempting base access beyond the dates, times, locations of specified work and other limitations may be subject to revocation of base access. (4) Failure to comply with these requirements may result in withholding of final payment. FAR 52.246-13, Inspection—Dismantling, Demolition, or Removal of Improvements (Aug 1996), DFARS 252.204-7004, Alternate A. Required Central Contractor Registration (NOV 2003) [Note: Lack of registration in the Central Contractor Registration (CCR), www.ccr.gov will make an offeror ineligible for award]. DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country. DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2004) under paragraph (a) the following clause are incorporate: DFARS 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207) under paragraph (b) the following clauses are incorporate: 252.243-7002 Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410) and DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002). DFARS 252.225-7036 Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program (JAN 2004). FAR 52.232-16, Progress Payments (APR 2003), DFARS 252.232- 7003 Electronic Submission of Payment Requests. (JAN 2004). Invoicing and payments must be made utilizing the Wide Area WorkFlow-Receipt and Acceptance program https://wawf.eb.mil. Faxed or E-mailed quotations are allowed and will be considered. Quotes in response to this notice from responsible sources shall be received no later than 16 August 2006 at 2:00 p.m. CST to 97 CONS/LGCB, 303 J Avenue Building 302, Altus AFB, OK 73523-5132, ATTN: Carl See or Anthony Overbay or by fax to (580) 481-7472. The amendment to this solicitation is as follows: 1) Remove requirement for bonding; 2) Add "Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. All offers submitted are to remain valid through 30 September 2006."; Add FAR Clause 52.232-18 Availability of Funds; Change the word "estimate" in the Statement of Work Bullet 2. PRINCIPAL FEATURES to read "proposal". Offerors needing clarification to the solicitation shall submit their questions in writing to the POCs identified. Last Item NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/AAFBCS/Reference-Number-F1B3H16207A100/listing.html)
 
Place of Performance
Address: Altus AFB, OK
Zip Code: 73523-5132
Country: UNITED STATES
 
Record
SN01107625-F 20060806/060804230837 (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.