Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2013 FBO #4093
SOLICITATION NOTICE

Y -- ELIMINATE PHANTOM SILOS, PN AFGS126001, WYOMING, MONTANA AND CALIFORNIA

Notice Date
2/5/2013
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F13R0012
 
Response Due
4/17/2013
 
Archive Date
4/6/2013
 
Point of Contact
Donna Larson, 402-995-2066
 
E-Mail Address
USACE District, Omaha
(donna.r.larson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NO. W9128F-13-R-0012 On or about 20 February 2013, this office will issue Request for Proposals for construction/demolition of the ELIMINATE PHANTOM SILOS, PN AFGS126001, WYOMING, MONTANA AND CALIFORNIA. The solicitation will close on or about 17 April 2013. This solicitation is UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. Provisions in the solicitation documents will provide site visit dates, points of contact, access requirements and other pertinent information in inspecting a Launch Facility and Missile Alert Facility in each state. The solicitation will include different site visit dates and points of contact for work in each state. See 'Obtaining Solicitation Documents' below. Project Description: This is a Fully-Designed Project. The Eliminate Phantom Silo project is a part of the New START Treaty between the United States and Russia. The project will require observation and oversight by Treaty Compliance Officers and National Technical Means 'NTM' teams for the agreed to periods of time to perform observance and recording/verification of non-use status on each designated ICBM Launch Facility 'LF' identified under the project. Project will demand accurate scheduling, reporting and management of the entire removal inventory as identified by Treaty Offices. Project requires 103 ICBM LF to be rendered as non-usable and 9 Missile Alert Facilities 'MAF' to have their infrastructure and limited below grade elements demolished. LF and MAF are located in rural areas throughout Wyoming '50 LF, 4 MAF', Montana '50 LF, 5 MAF' and on Vandenberg AFB, California '3 LF'. Work includes running heavy equipment operations throughout 103 LF and 9 MAF encompassing a grid area of approximately 70 miles east-west by 65 miles north-south in WY, 70 miles east-west by 65 miles north-south in MT and 3 California sites located on Vandenberg AFB. The work at each LF will be phased in two separate phases. The first phase will deal specifically with treaty compliance and LF elimination by means of launch door removal and disposal, filling of ICBM launcher tube with debris, rubble and imported gravel to render as non-usable, and other dismantling and demolition of surrounding launcher silo infrastructure. The second phase will require a concrete cap over the launcher tube with access points to other on-site below grade support structures filled and rendered non-usable. The entire LF site 'each approximately one acre' will be graded to a final specified grade. As part of the second phase, the MAF building structure will remain intact, but the overall site will require infrastructure dismantlement, disposal of support equipment, concrete capping and utilizing fill material to obstruct some below ground access areas. The Contractor will have access to material salvage at the LF and MAF sites. Prior to conducting any operations at the LF and MAF, the Contractor will be required to perform Environmental Baseline Surveys for each LF and MAF, no abatement or removal of recorded materials is required as they are to be abandoned in place. It is estimated that approximately 200,000 CY of various fill material 'i.e., earth, gravel, aggregates, etc.' will be required for import and use throughout the sites to complete the work. Other site work in WY and MT for each LF includes the removal of all topside appurtenances outside of the vehicle pad area, but within the project limits 'i.e., pull boxes, markers, antenna poles and bases'. All surface items are to be removed to existing grade with removal of exterior shafts and vents to a minimum of six-feet below grade and capped with concrete. The contractor will be required to weld the Launcher Equipment Building 'LEB' blast door closed and LEB access shaft filled to obstruct access. All topside man hatch access will be concrete capped. The final grading shall include gravel fill on the back side of the silo to match with existing grade. Each LF will final graded to drain freely and conform to natural surroundings. Site work in California will include filling of launcher tube with debris, rubble, imported earth and gravel. The contractor will complete backfill operations, construct concrete caps, and complete other site demolition items. Existing hard surface 'asphalt and concrete' located on the sites will remain in place. LEB access will be obstructed/removed and/or filled to eliminate any future access. The estimated demolition/construction cost of this project for basic and all options is between $20,000,000 and $30,000,000. Bidders - Offerors: Please be advised of on-line registration requirement for Contractor Registration and for Representations and Certifications Application 'ORCA' is now located in System for Award Management 'SAM' database https://www.sam.gov/portal/public/SAM/. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to SAM. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities: https://www.fbo.gov/. Find solicitation announcement in Fed Biz Opps: https://www.fbo.gov/ 1.Use the 'Keyword/Solicitation #' to locate the project 'by entering the solicitation number' or use the advanced search features offered in the 'Opportunities' tab followed by the 'Advanced Search' tab. 2.By using the 'login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted. 3.Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from the column on the right side reading 'All Files' or from the 'Packages' tab. 4.If you want other vendors, sub-contractors or contractors to contact you, click on the 'Interested Vendors' tab and then 'Add me to Interested Vendors' link at the bottom of the page. Questions regarding contractual matters should be made to the Contracting Specialist, Donna Larson, at 402 995 2066. Telephone calls regarding Small Business matters should be made to: 402 995 2910. Telephone calls on contents of Request for Proposal Documents 'Plans and Specifications' should be made to the Project Manager, Michael Pisci at 402-995-2775 or General Engineering 'Specification Section', Douglas Larsen at 402-995 2181.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F13R0012/listing.html)
 
Place of Performance
Address: 50 sites WY, 50 sites MT, 3 sites CA Various locations Various locations.
Zip Code: .
 
Record
SN02980118-W 20130207/130205234651-2ad4496ed9d9620bb3eeef3280f7a6e9 (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.