Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2007 FBO #1971
SOLICITATION NOTICE

P -- RFO 8(a) Competitive Procurement IDIQ for Demolitions of Structures and Selective Salvage in Supporting USACE/FEMA Disaster Response for the State of Louisiana

Notice Date
4/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-07-R-0087
 
Response Due
6/15/2007
 
Archive Date
8/14/2007
 
Small Business Set-Aside
8a Competitive
 
Description
THE POINT OF CONTACT FOR THIS SOLICITATION IS CARL JONES at 504-681-2299; or by e-mail at carl.jones@mvm02.usace.army.mil. The US Army Corps of Engineers (USACE) Louisiana Recovery Field Office (LA-RFO) hereby announces its intent to issue a solicita tion for Structural Demolition, Selective Salvage, Debris Removal and Site Cleanup work, Orleans Parish in the State of Louisiana. THIS REQUIREMENT WILL BE RESTRICTED TO U.S. SMALL BUSINESS ADMINISTRATION CERTIFIED 8(A) FIRMS PRIMARILY DOING BUSINESS IN TH E DESIGNATED AREA PURSUANT TO THE ROBERT T. STAFFORD DISASTER RELIEF AND EMERGENCY ASSISTANCE ACT. THE CONTRACTING OFFICER HAS DESIGNATED THE STATE OF LOUISIANA AS THE SET-ASIDE AREA IN ACCORDANCE WITH 52.226-4 NOTICES OF DISASTER OR EMERGENCY AREA SET-ASIDE. The Government intends to award one Indefinite Delivery/Indefinite Quantity (IDIQ) contract not-to exceed $12,500,000.00. This contr act will be for a period not to exceed one year. These requirements are solicited under NAICS code 238910 and defined as having average annual receipts of less than $13 million for the past 3 years. This requirement is processed under Service Con tract Act (SCA); therefore, this construction NAICS code applies as a matter of conformance for applicable wage rates. Payment and Performance bonds will be required based on the outstanding amount of the task orders and not on the total pooled amounts. The scope c onsists of performing decommissioning of hazardous substances, demolition, and removal of debris, transport to a designated disposal site and cleaning the site of surrounding debris. The work shall consist of the selective salvage of specifically identifie d private property, debris removal, and hazardous substance decommissioning of structures in accordance with applicable federal, state, and local requirements. Items recovered through selective salvage, the contractor shall carefully remove the selected ar chitectural elements, and locate them in a separate area, away from the remaining structure to be demolished. Decommissioning consists of initial survey, Asbestos Containing Material sampling (ACM) and capping of utilities. Specific work items will include , but not limited to: demolition of single/multi-family homes, garages, framed buildings, storage sheds, fences, public buildings; this does not include final disposition of such items as boats and cars. The contractor shall grade surface to acceptable lev els after demolition. Woody debris will be kept segregated from construction/ demolition (C&D) debris as much as possible. Woody debris includes vegetative debris and clean woody C&D debris, (i.e., not pressure-treated wood or wood with significant painted surfaces). The contractor shall repair all roadways, sidewalks, utilities, drainage structures and other features not designated for demolition or removal, if damaged by Contractor operations and re-slope to original grade. THE SOLICITATION WILL BE AVA ILABLE ON OR ABOUT 07 MAY 2007. The solicitation documents for this procurement will be posted on Army Single Face to Industry (ASFI). You can access these files from a link located on FedBizOps (www.fbo.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in FedBizOps (www.fbo.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administrations Subnet, at http:// web.sba.gov/subnet. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. The Contract Specialist for this solicitation is Carl Jones at 504-68 1-2299; or by e-mail at carl.jones@mvm02.usace.army.mil
 
Place of Performance
Address: US Army Engineer District, LA-RFO Contracting Division ATTN: Carl Jones, 525 St. Charles Ave New Orleans LA
Zip Code: 70130-3409
Country: US
 
Record
SN01276083-W 20070420/070418221320 (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.