Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 29,1999 PSA#2377

United States Air Force, Air Combat Command, 509 CONS, 850 Arnold Ave Ste 2, Whiteman AFB, MO, 65305

P -- DEMOLITION OF BUILDING 1439 (COMBINED SYNOPSIS/SOLICITATION) SOL F23606-99-Q0225 DUE 071599 POC Robert Schroeder, Contract Specialist, Phone (660)687-4291, Fax (660)687-5412, Email SOLLGCV@whiteman.af.mil -- George Cromer, Contracting Officer, Phone (660)687-5399, Fax (660)687-4822, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F23606-99-Q02 25&LocID=884. E-MAIL: Robert Schroeder, SOLLGCV@whiteman.af.mil. This is a combined synopsis and solicitation for commercial items (non-personal 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; quotations are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit written offers (no oral ones) on RFQ F23606 99Q0225. All Statement of Work and Evaluation Factor requirements must be met as they appear in this notice. This procurement is set-aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. Standard Industrial Code 1795 applies to this procurement, size standard $7M. Period of performance is 30 days from the start of this project. FOB Destination for work at Whiteman Air Force Base, Missouri, Building 1439. Statement of Work (SOW) for Building 1439 Demolition. 1. GENERAL. 1.1 The Contractor shall provide transportation, labor, materials, equipment, fuel, and any other needed material for the purpose of this project. 1.2 Contractor personnel and vehicles must possess appropriate passes. These shall be obtained from Security Forces Pass and ID at the Visitors Center located at the base Spirit Gate. 1.3 The Contractor is subject to all Base fire, safety, security, and traffic regulations. 1.4 The Government contracts on the understanding that the Contractor is complying with applicable laws concerning workplace safety. 1.5 The Contractor is subject to all citations and penalties for violation of applicable workplace safety laws. The burden of compliance rests with the Contractor. Enforcement of workplace safety laws is the responsibility of the agency specified in the applicable law. 1.6 The Contracting Officer may notify the Contractor of hazards in Contractor operations that endanger Government personnel or property and require appropriate abatementaction. This provision does not constitute assumption of liability for Occupational Safety and Health compliance on the part of the Government or negate other agency responsibility for enforcement of applicable laws. 1.7 Accident prevention principles must be thoroughly integrated into all operations. Unsafe conditions and practices, as identified by the Contracting Officer or designated representative, must be corrected immediately. 1.8 Any and all debris generated by the Contractor's operations shall be removed from Whiteman Air Force Base. Disposal of all debris shall be in accordance with existing local, state, and federal regulations. The Contractor shall be responsible for any permit or fees associated with the use of off-base disposal locations. 1.9 The Contractor shall be liable for any loss, destruction, or damage, and deterioration to Government property, including vegetation and landscaping, resulting from Contractor operations. Any damage to government or personal property shall be repaired or replaced to the Contracting Officer's satisfaction at the Contractor's expense. 2 The building demolition shall include complete removal of the designated building including all superstructure materials, appurtenances, utility systems, building contents, foundation materials (including basement slabs and basement walls), and existing concrete or bituminous slabs (Including adjacent slabs and sidewalks). Utilities, water and sewer, steam, ect., shall be capped at the main and removed. Locations of the mains will be provided on drawings. Slope entire area for positive drainage and seed with a mixture of Fescue, Blue grass and Rye 1/3 each at 300 lbs. per acre. A general description of the building extracted from real estate records is: Total square feet 16077, first and second floor each 7740 SF, basement concrete 597 SF, Floor is wood, Wall is plastic lap siding, Roof is tar and gravel. This building is two stories and was used as a dormitory. Available drawing sheets, two pages, are available for download at the ELECTRONIC POSTING SYSTEM (eps) URL The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: (b)(6) FAR 52.222-26, Equal Opportunity; (b)(7) FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (b)(8) FAR 52.222-36, Affirmative Action for Workers with Disabilities; (b)(9) FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (c)(1) FAR 52.222-41, Service Contract Act of 1965, as amended. U.S. Department of Labor Wage Determination 94-2307 revision 14 is applicable to this requirement; (c)(2) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. Equivalent positions would be as follows: Heavy Equipment Operator ($18.42), Laborer ($8.32), plus $1.63 fringe benefits. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically the following clauses cited are applicable to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payment Program. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this solicitation. Addenda to FAR 52.212-4: The following additional clauses apply to this solicitation: 52.237-2, Protection of Government Buildings; and 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials. The following provisions apply to this solicitation: 52.252-1, Solicitation Provision Incorporated by Reference; 52.237-1, Site Visit; 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.204-7004, Required Central Contractor Registration; and 252.232-7009, Payment by Electronic Funds Transfer (CCR). The above Provisions and Clauses may be obtained via Internet at "http://farsite.hill.af.mil". All proposals must be mailed to the Point of Contact Robert Schroeder at 509 CONS/LGCV, 850 Arnold Ave, Suite 2, Whiteman AFB MO 65305-5054. Award will be made to the lowest responsive and responsible offeror. Proposals are required not later than 4:00 PM CST, 15 Jul 1999. Posted 06/25/99 (D-SN347457). (0176)

Loren Data Corp. http://www.ld.com (SYN# 0069 19990629\P-0001.SOL)


P - Salvage Services Index Page