SOURCES SOUGHT
P -- Sprucewood Housing Complex Demolition (EIE303)
- Notice Date
- 7/21/2009
- Notice Type
- Sources Sought
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, US Army Corp of Engineers - Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-09-B-0003
- Archive Date
- 8/15/2009
- Point of Contact
- Ronald K Jackson, Phone: 907 753-5596, Crystal D Labrecque, Phone: 907-688-7558
- E-Mail Address
-
Ronald.K.Jackson@usace.army.mil, crystal.d.labrecque@usace.army.mil
(Ronald.K.Jackson@usace.army.mil, crystal.d.labrecque@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Demolition of the Sprucewood Housing Complex, Eielson AFB, Alaska. This announcement constitutes a Sources Sought Synopsis. This is not a Request for Proposal and does not obligate the Government to any contract award. The purpose of this sources sought synopsis is to determine interest and capability of potential qualified Certified 8(a), Small Disadvantaged Business, HUBZone Small Business, Service Disabled Veteran-Owned Small Business, and other Small Businesses. To make an appropriate acquisition strategy for the above project, the Government intends to use responses to this sources sought synopsis and appropriate contracting and business processes to finalize an acquisition strategy. Interested sources must be capable of maintaining schedules and accomplishing required work. To be considered a qualified Certified 8(a) Business, Small Disadvantaged Business, HUBZone Small Business, or Service Disabled Veteran-Owned Small Business, or Small Business, firms must meet the criteria of the Federal Acquisition Regulation (FAR) and the Small Business Administration (SBA) for North American Industry Classification System (NAICS) code 238910. The Small Business size standard is $14 million. (1) PROJECT INFORMATION: Demolition : Consists of removing buildings, foundations, fences, above ground utilities, below ground utilities and utilidor, driveways, curb, gutter and paving. Disposal : All structures and materials slated for demolition become the property of the contractor. Clean, inert, concrete waste may be disposed of at the Flight-line Pond. Concrete waste that contains lead-based-paint (LBP) below the threshold requiring disposal as hazardous waste, petroleum-based products or other non-inert materials but does not contain any asbestos, may be disposed of at the Quarry Hill disposal site. Concrete waste that contains asbestos, mastic and other petroleum-based materials may be disposed of at the EAFB asbestos landfill. Contractor shall provide sufficient cover material to cover disposed waste at the point of disposal. All other non-hazardous waste generated by the project shall be disposed of at the Fairbanks North Star Borough Sanitary Landfill or other approved landfill. A project-specific disposal plan with requirements for use of on-base disposal sites must be obtained from the EAFB CEVN department. Site Restoration : Site restoration for all disturbed areas includes filling, compacting, and bringing up to grade of adjacent undisturbed areas. Where streets slated for demolition intersect with streets to remain, provide curb, gutter and sidewalk to match existing. All disturbed areas shall receive 3" of topsoil to be seeded as specified. General : All of the buildings slated for demolition are disconnected from power, water, steam condensate and communications. All water, steam, and condensate are valved off at the main utilidor, and all power is disconnected at the main feeder. Contractor shall verify with the base distribution shop that all power lines slated for demolition are de-energized. PRIME CONTRACTORS SHALL INDICATE SERVICES TO BE SELF PERFORMED IN ACCORDANCE WITH FAR 52.219-14(1) LIMITATIONS ON SUBCONTRACTING. Prime contractors must designate which subcontractor(s) will be performing demolition work. Interested firms that meet the requirements for this project are invited to respond to this sources sought synopsis via facsimile or preferably via e-mail to the attention of Crystal Labrecque - crystal.d.labrecque@usace.army.mil and attention of Ron Jackson - ronald.k.jackson@usace.army.mil (Fax is 907/753-2544). If it must be hand delivered the physical address is: Building 2204 3 rd Street, Room 30, Elmendorf AFB, Alaska; and mailing address: PO Box 6898, Elmendorf AFB, AK 99506-6898. Responses must be received no later than 2:00 p.m. Alaska Daylight Savings Time, on 31 July 2009. The following information is requested: (a) Name of firm with address, phone number, facsimile number, e-mail address, and point of contact. (b) State whether the firm is an 8(a), Small Disadvantaged Business, HUBZone Small Business, Veteran Owned Small Business, Service Disabled Veteran-Owned Small Business, or Small Business firm. (c) Responses should indicate any specialized experience and technical competence in demolition services. (d) Documentation describing past similar efforts, including whether the firm was prime contractor or subcontractor. (e) Verification that the firm can provide, from a federally qualified surety, a written letter attesting to the firm's ability to provide performance and payment bonds for the projected amount of $15,500,000.00. REMINDER: Firms must be registered in the Central Contractor Registration (CCR) in order to be eligible to receive an award from any Government solicitation Call 1-888-227-2423 for CCR information or visit the CCR website at http://www.ccr.gov. Firms must also be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-09-B-0003/listing.html)
- Place of Performance
- Address: Sprucewood Housing Complex, Eielson AFB, Alaska, United States
- Record
- SN01881651-W 20090723/090721235503-c1447eda828e2f653288777f89b5a94d (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 |