MODIFICATION
P -- Demolition and Removal of Structures
- Notice Date
- 3/18/2008
- Notice Type
- Modification
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, AK, 99506-2500, UNITED STATES
- ZIP Code
- 99506-2500
- Solicitation Number
- Reference-Number-F73ARP8051A001
- Response Due
- 3/31/2008
- Archive Date
- 4/15/2008
- Point of Contact
- Mishell Sonntog, Contract Administrator, Phone 907-552-5623, Fax 907-552-7496, - Tina Spangler, Contract Specialist, Phone 907-552-7563, Fax 9007-552-7496
- E-Mail Address
-
mishell.sonntog@elmendorf.af.mil, tina.spangler@elmendorf.af.mil
- Description
- (i) This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation of Purchase Request F73ARP8051A001 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24. (iv) This acquisition is for full and open competition. (vi) Line item 001: Demolition and Removal of Structures on Annette Island, AK. Performance Work Statement (PWS): Purpose: Demolition and removal of buildings identified on Annette Island. 1.The buildings identified paragraph B are to be demolished and subsequently removed from Annette Island. A. Contractor will provide the following equipment needed to properly complete the demolition and removal: 1. Barge to deliver and remove necessary equipment. 2. Barge and equipment to remove building debris. 3. All other necessary tools to complete the contract. B. Buildings Contractor will remove all identified buildings from Annette Island to include the buildings contents, materials, structures, fixtures or attachments. This will also include all waste, ash, insulation or other materials associated with the demolition and building removal. The Buildings to be removed are as follows: Camp Wy Wuh: Generator Shack/Content/Foundation/450 sqft. / empty / none Latrine Building/Content/Foundation Blocks/640 sqft. / 2 - showers. 12 - toilets, 7 - urinals, 8 - sinks 2 hot water tanks / 12" concrete pier blocks Shower Building/ Content/Foundation Blocks/640 sqft. / 12 - showers. 2 - toilets, 10 - sinks 2 hot water tanks / 12" concrete pier blocks Laundry Building/ Content/Foundation Blocks/640 sqft. / 2 hot water tanks / 12" concrete pier blocks Dining Facility/ Content/Foundation Blocks/2,560 sqft. / 2 hot water tanks, 4 - sinks/ 12" concrete pier blocks Two (2) Water Pump Shacks/20 sqft. / empty none/Sewer Line - 6" PVC Water/Sewer Line/Electrical Mains (PVC Pipe/Partially Buried) Hemlock Bay: Medical Building/Content/Foundation Blocks Break Area Structure/Content (Located behind the Medical Building)/ 800 sqft. / empty / 12" concrete pier blocks C. Contents Contractor will remove all contents from identified buildings on Annette Island, take full ownership of and shall dispose of the contents at their discretion In Accordance With (IAW) current environmental laws. Meaning the contents can be either salvaged or scrapped. The contents are included with the removal of building contract. Contents are identified as all materials, structures, waste, fixtures or attachments with each identified building. D. Support (foundation) Blocks: Each identified building has concrete blocks that are used to support the structure. These blocks are also to be included in the removal of buildings. (See the enclosed attachment for details). E. Medical Building: The contract also includes a building and break area that is located on the Hemlock Bay side of Annette Island. Contractor will make arrangements to remove these structures as well as the following: (para. B and C stipulations). Contractor will be responsible for getting their assets to the Hemlock Bay location. Presently there is a connecting road from Camp Wy Wuh to Hemlock Bay. In the event of a road closure contractor will take the necessary action and expense to accomplish the contract. Hemlock Bay and Camp Wy Wuh are accessible by barge. F. Damage to surrounding structures: Damages to the surrounding buildings not being demolished shall be the sole responsibility of the contractor. The contractor shall be responsible for the repair or replacement of any damages caused. G. Timeline: Contractor will have the contract completed by 16 June 2008. Content/Foundation Blocks. Pictures provided upon request (vii) Services MUST BE performed by 16 Jun 2008. Performance will be on Annette Island/Hemlock Bay Alaska. POC is Maj Robert Berube, 907-552-3958 or robert.berube@elmendorf.af.mil.) (viii) The following provisions apply to this acquisition: FAR clause 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition; FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with the quote. Offerors must also include a completed copy of the provision at DFARS 252.212-7000, Offeror Representation; FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition; 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including subparagraphs: 252.232-7003, Electronic Submission of Payment Requests; (ix) In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). (x) This is a best-value procurement. Award will be made to the offeror whose offer conforming to the solicitation is determined to be most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and award without discussion. (xi) Offeror shall submit all information with offer as required in 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://arnet.gov/far. (xii) Quotations must be received by March 31, 2008, 2:30 pm (Alaska Standard Time). (xiii) Quotations shall be submitted to: 3rd Contracting Squadron/LGCB, Attn: A1C Mishell Sonntog, via fax to 907-552-7496 or e-mail: mishell.sonntog@elmendorf.af.mil. (End of Text) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-MAR-2008); 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/PAF/3CS/Reference-Number-F73ARP8051A001/listing.html)
- Place of Performance
- Address: Elmendorf AFB, AK
- Zip Code: 99506
- Country: UNITED STATES
- Zip Code: 99506
- Record
- SN01535860-F 20080320/080318230154 (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 |