MODIFICATION
P -- Demolition of Structures, Removal of Debris and Clean Sites
- Notice Date
- 1/17/2006
- Notice Type
- Modification
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
- ZIP Code
- 70160-0267
- Solicitation Number
- W912P8-06-R-0047
- Response Due
- 3/15/2006
- Archive Date
- 5/14/2006
- Point of Contact
- Kim McKnight, (502) 315-6189
- E-Mail Address
-
Email your questions to US Army Engineer District, New Orleans
(kim.j.mcknight@lrl02.usace.army.mil)
- Small Business Set-Aside
- 8a Competitive
- Description
- Change for this requirement is as follows: Tasks include all supervision, equipment, materials, labor, travel and all means necessary to provide the U.S. Army Corps of Engineers with a response to perform decommissioning, demolition and debris remov al operations. This applies to private, public or commercial structures damaged by Hurricanes Katrina and/or Rita. The Government intends to award nine (9) firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts in three (3) groups for a total pool not-to exceed $240,000,000. Each will be for a one year Base and a one year option period. These requirements are pursuant to 42 U.S.C. 5150, Robert T. Stafford Disaster Relief and Emergency Assistance Act which states, preference shall be gi ven to the extent feasible and practicable, to those organizations, firms, and individuals residing or doing business primarily in the area affected by such major disaster or emergency. A preference for Phase II & III has been requested to restrict compet ition to those individuals and/or firms residing or doing business primarily in the State of Louisiana for areas in southeast and southwest Louisiana. Phase I, Competitive 8(a) is restricted by the SBA Louisiana District Office to 8(a) firms located withi n its geographical boundaries under NAICS code 238910 defined as having average annual receipts of less than $13 million for the past 3 years. This requirement is processed under Service Contract Act (SCA), therefore, this construction NAICS code applies as a matter of conformance for applicable wage rates. Restriction to Louisiana firms for phase II and III is contingent upon the final approval of the Department of the Army. In the event approval is not received, the Contracting Officer anticipates awar d by full and open competition. Contract awards will be phased in as tasks are received from FEMA. Contract issuance will be as follows: Phase I, Contracts 1, 2, & 3 for a total pool of $45,000,000 as competitive 8(a), Phase II, Contracts 4, 5, & 6 for a total pool of $80,000,000 for HUBZone set-aside concerns and Phase III, Contracts 7, 8, & 9 will be for a total pool of $115,000,000 as unrestricted for all other business concerns, if sufficient requirements exist. Work shall include, but not limited to : demolition of single/multi-family homes, garages, barns, storage sheds, fences, school buildings, police or fire stations, public office buildings, commercial buildings, and perform the decommissioning, demolition, and removal of debris, transporting to a designated disposal site and cleaning of the site of surrounding debris. This includes final disposition of such items as boats and cars. The contractor shall grade surface to acceptable levels after demolition. It is also anticipated that asbestos ab atement work may be required on certain structures prior to demolition as part of the decommissioning process. Sorting of asbestos debris and placement on right of way for proper disposal will be required. Woody debris will be kept segregated from constr uction/demolition (C&D) debris as much as possible. Woody debris includes vegetative debris and clean woody C&D debris, (i.e., not pressure-treated wood or wood with significant painted surfaces). The contractor shall repair all roadways, sidewalks, utilit ies, drainage structures and other features not designated for demolition or removal, if damaged by Contractor operations and re-slope to original grade. Plans and Specifications will be available on the FedTeDS web site at www.fedteds.gov. In order to d ownload the files, you must be registered in FedTeDS. Once the solicitation is released to the public, the unique link to the solicitation package will be in FedBizOps at www.fbo.gov. Issue date will be available on or about 15 February 2006. Proposal d ue date is 15 March 2006. Offerors that are Large Business are required to submit a subcontracting Plan.
- Place of Performance
- Address: USACE, Contracting RFO 1st Floor, 1900 North Lobdell Blvd. Baton Rough LA
- Zip Code: 70806
- Country: US
- Zip Code: 70806
- Record
- SN00967635-W 20060119/060117220831 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |