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