Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1999 PSA#2288

94 LG/LGC, 1538 Atlantic Ave., Suite 106, Dobbins ARB, GA 30069-4824

P -- ASBESTOS ABATEMENT/DEMOLITION SERVICES SOL F09609-99-Q-0004 DUE 032399 POC Tom Dobeck, Contract Administrator, 770/919-5783, Sharon A. Bell, Contracting Officer, 770/919-5115 This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation F09609-99-Q-0004 is hereby issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10. The procurement is 100% small business set-aside and will follow simplified acquisition procedures in FAR Part 13. The applicable standard industrial code (SIC) is 1795 with a size standard of $7.0M. The following nonpersonal services are required: provide all labor, tools, equipment, transportation, materials, permits and all other documentation required to remove/dispose of asbestos containing materials and the demolition and removal of various single story buildings including concrete slabs, concrete blocks, shingles, wood siding and miscellaneous equipment as follows: CLIN 0001: Building 145 (50' x 46'), remove and dispose of approximately 300 SF of non-asbestos containing carpet, 650 SF of asbestos containing floor tile and mastic and 2,000 SF of non-asbestos containing shingles; 10 each 3'x 6' windows with asbestos glazing; 7,400 SF of 4" asphalt driveway; 200 SF of 4" sidewalk; electrical feed to power pole; remove and dispose of entire single story building including concrete block foundation with a basement on 6" turndown slab; approximately 56 CF of concrete slab in addition to 750 SF of concrete block; remainder of building is approximately 2,038 SF wood frame with siding; remove and dispose of A/C compressor, furnace, hot water heater, kitchen cabinets and sink, two (2) brick chimneys (one containing asbestos tar), brick BBQ pit, two (2) bathrooms with toilet, sink and bath tub in each, one (1) window A/C unit, all miscellaneous electrical lights, outlets, etc.; all shelving; fill in one (1) septic tank with dirt. CLIN 0002: Building 146 (10' x 15'), remove and dispose of approximately 275 SF of non-asbestos containing shingles; remove and dispose of complete building including 150 SF of 6" concrete slab and wood siding. CLIN 0003: Building 163 (10' x 15'), remove and dispose of approximately 275 SF of non-asbestos containing shingles; remove and dispose of complete building including 150 SF 6" concrete slab and wood siding. CLIN 0004: Building 520 (20' x 76'), remove and dispose of approximately 1,500 SF of non-asbestos containing carpet; 1,300 SF of asbestos containing floor tile and mastic; 1,600 SF of asbestos containing shingles; 1,700 SF of asbestos containing siding; and 200 SF of asbestos containing shower wallboard; 11,250 SF of gravel parking area; 200 linear feet of 7' high chain link fencing; three (3) power poles with disconnects; approximately 40 railroad ties; one (1) fuel-oil tank behind the building; approximately 28 CY of 6" turndown concrete slab; all wood frame with siding; remove and dispose of furnace, hot water heater, toilet, four (4) sinks, miscellaneous electrical lights, outlets, etc.; remove and dispose of one (1) 60' x 12' mobile trailer (all inclusive including two (2) window A/C units, miscellaneous shelving and all electrical); remove and dispose of one (1) 500 SF wood deck with roof. CLIN 0005: fill all disturbed areas to ground level with clean fill dirt, seed, fertilize, mulch and maintain until grass is well established. NOTE: Edwards fire alarm panel and transmitter located in building 520 shall be removed and returned to the Government. All quantities are estimated with +/- 10% variance authorized. All painted surfaces have detectable levels of lead. Contractor shall protect workers in accordance with OSHA Regulation 29 CFR 1926.62 Lead. Demolition debris from similar facilities on Dobbins ARB has been tested for TCLP lead, and they were found not to be hazardous waste. Required documentation to be submitted includes; the 10 day asbestos/demolition notification from the Georgia Department of Natural Resources, Georgia EPD; a detailed asbestos abatement plan prepared by, signed, and sealed, including certification number, and dated by a certified industrial hygienist (CIH) submitted to the contracting officer for approval at least 10 working days prior to start of work; copies of all personal air monitoring results; clearance sampling results using air sampling techniques as defined in EPA 560/5-85-024; and, waste shipment records and asbestos disposal manifests including weight of asbestos removed. Air sample fiber counting shall be completed and results provided within 24 hours after completion of the sampling period. The results shall be reported as time-weighted average (TWA). The contracting officer shall be notified immediately of any airborne levels of asbestos fibers in excess of established requirements. Written sampling results shall be provided within 5 working days of the date of collection. The samplingand analytical method used will be NIOSH-01 Method 7400 (PCM) with confirmation of positive results by NIOSH-01 Method 7402 (TEM). Period of performance is 90 calendar days with a delayed start date of NLT 15 May 1999. One pre-bid site visit will be conducted on Wednesday, 10 March 1999 at 2:00 P.M., at building 812, Suite 106, 1538 Atlantic Avenue, Dobbins ARB, GA 30069-4824. Attendance is not mandatory however, failure to attend will not relieve bidders/offerors from responsibility for estimating properly the difficulty or cost of successfully performing the work. This will be the only site visit conducted to familiarize contractors with the project. All interested parties should notify the Base Contracting Office, 94 LG/LGC, by telefax at 770/919-5612 no later than 12:00 P.M., Monday, 8 March 1999 of their intention to attend. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items, shall apply along with Defense FAR Supplement (DFARS) 252.204-7004, Required Central Contractor Registration (CCR). Evaluation of quotes will be in accordance with FAR Clause 52.212-2, Evaluation-Commercial Items, based on the total price of CLINs 0001-0005 inclusive. All quotes shall include a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items. FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, shall apply with addenda DFARS 252.232-7009, Payment by Electronic Funds Transfer (CCR). FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, shall be incorporated into any contract resulting from this notice. Applicable clauses cited in 52.212-5 are 52.222-26, 52.222-35, 52.222-36 and 52.222-41. Department of Labor Wage Determination 94-2133 (Rev 13), dated 09/02/1998 shall apply and be incorporated to the resulting contract. The full text of clauses may be accessed electronically at: http://farsite.hill.af.mil. All interested parties should submit a written quote to 94 LG/LGC, 1538 Atlantic Avenue, Dobbins ARB, GA 30069-4824. Quotes must be received by 4:30 P.M. (EST), Tuesday, 23 March 1999. Telefaxed quotes will not be accepted. All quotes shall reference RFQ F09609-99-Q-0004 and include all applicable referenced documents. Point of contact is Tom Dobeck, Contract Administrator, 770-919-5783.***** Posted 02/19/99 (W-SN300060). (0050)

Loren Data Corp. http://www.ld.com (SYN# 0076 19990223\P-0001.SOL)


P - Salvage Services Index Page