|
COMMERCE BUSINESS DAILY ISSUE OF MAY 16,1995 PSA#1347USAED, Kansas City, 757 Federal Building, 601 East 12th Street, Kansas
City, MO 64106-2896 F -- UNDERGROUND STORAGE TANK CLOSURES, MINUTEMAN II, PHASE IV,
WHITEMAN AFB, MO SOL DACA41-95-B-0075 DUE 070195 POC Contract
Specialist Jeanette Myles 816-426-5343 (Site Code DACW41) The work to
be performed consists of closure of 45 underground diesel fuel storage
tanks from Minuteman II Missile Launch Facilities within a 140-mile
radius of Whiteman Air Force Base in west-central Missouri. One tank is
located at each launch facility and the launch facilities are
approximately 5 miles apart. The tanks to be closed are 1/2-inch steel
and are 8 feet in diameter and 42.5 feet long with an approximate
volume of 14,500 gallons. The tanks and all associated piping are
coated with PCB-contaminated coal-tar enamel and bonded asbestos felt
impregnated with coal-tar. The cover soil over each tank is
approximately 4 feet thick. The presence and extent of any
contamination due to spillage or tank leakage is not currently known
and is to be determined by the Contractor during excavation. All
necessary sampling and testing, and compliance with local, State, and
Federal requirements, regulations, statutes, and guidance will be the
responsibility of the Contractor. The work to be performed will be in
the following counties: Bates, Cass, Cedar, Henry, Johnson, Lafayette,
St. Clair, and Vernon. Bids will be opened on or about 1 July 1995.
Estimated cost of proposed procurement: Between $1,000,000. and
$5,000,000. Estimated time of completion: 330 calendar days. Contact
the Administrative Support Staff at (816) 426-6484 for information
regarding plans and specifications. Cost of plans and specifications:
Full Scale - $25.00; Half Scale - $22.00 (NON-REFUNDABLE). PLANS AND
SPECIFICATIONS WILL NOT BE ISSUED UNTIL PAYMENT HAS BEEN RECEIVED IN
THIS OFFICE. Make check payable to Corps of Engineers, Omaha District.
Please provide a street address when requesting plans and
specifications. There will be a limited number of plans and
specifications available for this solicitation. They are available on
a first-come, first-served basis. Small and Small Disadvantaged
Businesses are encouraged to participate. All interested firms are
reminded that the successful firm will be expected to place
subcontracts to the maximum practical extent with Small and Small
Disadvantaged firms in accordance with Public Law 95-507.If a large
business is selected for this contract, it must comply with FAR
52.219-9 regarding the requirement for a Subcontracting Plan for that
part of the work it intends to subcontract. The subcontracting goals
assigned to the KC District by USACE are 60.3% for Small Business, 9.8%
for Small Disadvantaged Business and 2.9% for Women Owned Small
Business concerns. Small Disadvantaged Business Goals of less than 5%
must be approved two levels above the Contracting Officer, DOD FAR
Supplement 219.705-4. Should this solicitation be for the Environmental
Protection Agency (EPA) - ONLY EPA - A minimum 8% Small & Disadvantaged
Goal is required per Public Law 101-507 and Small Women Owned
Businesses are considered to be small and Disadvantaged Businesses. An
acceptable Subcontracting Plan must be agreed upon prior to award to
any Large Business. For informational purposes the small business size
for this solicitation is one where the average annual receipts of the
concern and its affiliates for the preceding three fiscal years does
not exceed $7.0 million, the Standard Industrial Classification Code
(SIC) is 1795. Questions of an technical nature may be addressed to Ed
Cisek, Project Engineer, at (816) 426-7164. Questions of an
administrative nature may be addressed to Gary Hadley, at (816)
426-5542. THIS JOB DOES INCLUDE CPM PLANNING. THIS JOB INCLUDES THE
AFFIRMATIVE ACTION PLAN FOR KANSAS CITY, MISSOURI AND KANSAS CITY,
KANSAS US DEPT OF COMMERCE ECONOMIC AREA.(0132) Loren Data Corp. http://www.ld.com (SYN# 0040 19950515\F-0002.SOL)
F - Natural Resources and Conservation Services Index Page
|
|