Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 5,1996 PSA#1651

325 Contracting Squadron, 501 Illinois Ave., Panama City, FL 32403-5220

P -- DEMOLITION/REMOVAL SOL 96T6139 DUE 081696. Contact, Justin Gallagher, 904/283-8635/Contracting Officer, Robin Harasin. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included with this notice. This announcement constitutes the only solicitation; proposals are being requested and a formal solicitation will not be issued. This project, solicitation number 96T6139, is to be issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through federal acquisition circular 90-32. This is a total small business set-aside. The Standard Industrial Classification (SIC) code is 1795 less than $7.0 million. Offerors are to be bid on the following four (4) line items as a whole, no partial bids will be accepted: CLIN 0001-5 each, demolish complete housing unit and associated structures to include capping off utilities at designated locations, hauling off all materials and asbestos removal. CLIN 0002 - 5 each, charges for landfill to include all building materials and asbestos in compliance with Florida Department of Environmental Protection (FDEP) laws and regulations. CLIN 0003 - 5 each, excavation and compacting of sites to establish a level grade. CLIN 0004 - 5 each, hydroseed and mulch areas affected by contractor operations. Government as built drawings will be made available to the contractor for referencing the locations of utilities and other appurtenances. The contractor shall be responsible for verifying this information and for obtaining an approved AF form 103 base civil engineering work request, prior to the commencement of work at each site. Contractor shall request permission for equipment storage and placement, and shall maintain a neat and orderly appearance in these areas. The contractor shall completely demolish the five housing units and foundations, to include associated sheds, fences, slabs (including driveways and specified sidewalks). The contractor shall assume all floor tiles are partially comprised of Asbestos Containing Materials (ACM) and comply with the State of Florida Department of Environmental Protection laws and regulations pertaining to its removal. The contractor should be award that lead paints do exist within project limits but do not exceed regulated percentages of weight per volume. Demolition is to be conducted without the use of open flames or explosives. Dust shall be kept to a minimum. Designated sidewalks shall remain intact. Utilities shall be removed to the nearest main feeder. The contractor shall grade, compact and level earth, to include seeding and mulching until areas maintain a healthy state of growth to match surrounding areas. Contractor shall not disturb any trees in the area. The performance completion date shall be 60 calendar days after award. The provision at FAR 52.212-1, ``Instruction to Offers - Commercial'' applies to this service. The government intends to evaluate offers and to award a contract without discussions. Therefore, qualified contractors should submit a quotation with the best possible price. The government reserves the right to conduct discussions if later deemed by the Contracting Officer to be necessary. The government may reject any or all offers if such action is in the public interest. The provision at 52.212-1 ``Instructions to Offerors-Commercial'' applies to this acquisition. Provisions at 52.212-2, ``Evaluation-Commercial'' applies to this order. The Government intends to award a contract from this solicitation to the lowest-priced, responsible offeror, whose past performance is found to be acceptable, whose offer conforms to the solicitation to satisfy the governments need, and whose offer will be most advantageous to the Government. Offerors are to include a complete copy of the provision at 52.212-3 ``Representations and Certifications - Commercial Items'' with offer. The clause at 52.212-4 ``Contract Terms and Conditions - Commercial'' applies to this acquisition. The clause at 52.512-5, ``Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Item'' applies to this acquisition (including 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, ``Statement of Equivalent Rates for Federal Hires'' In compliance with the service contract of 1965, as amended, and the regulations of the secretary of labor (29 CFR part 4) this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5314 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee class: WG-10 Monetary wage/fringe benefits: $14.12. Employee class: WG-8, Monetary wage/fringe benefits: $10.47. Employee class: WG-6, Monetary wage/fringe benefits $11.28. The clause at 52.219-6, Notice of Total Small Business Set-aside applies to this solicitation. A site visit shall be conducted on 12 Aug. 96 at 9:00 a.m. starting from the 325 Contracting Squadron, Tyndall AFB, FL. Addendum may be obtained from the contracting office on the day of the site visit that shall include: a brief statement of work, Department of Labor wage determinations, Representations and Certifications, and floor plans for housing units to be demolished. Quotes shall be delivered in writing to the 325 Contracting Squadron address above no later than 16 Aug 96, 2:00 p.m. Attn.: Lt. Justin Gallagher, (904) 283-8635. (213)

Loren Data Corp. http://www.ld.com (SYN# 0070 19960802\P-0001.SOL)


P - Salvage Services Index Page