Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2014 FBO #4547
SOLICITATION NOTICE

S -- DEMOLITION OF BUILDINGS 406, 506, 507, AND 509, NAVAL SUPPORT ACTIVITY (NSA), MECHANICSBURG, PA

Notice Date
5/5/2014
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD PA 4921 S. Broad Street Building 1 Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N4008514R6723
 
Archive Date
6/5/2014
 
Point of Contact
David Rhoads 2158974345 Primary POC:
 
E-Mail Address
ct
 
Small Business Set-Aside
Total Small Business
 
Description
DEMOLITION OF BUILDINGS 406, 506, 507, AND 509, NAVAL SUPPORT ACTIVITY (NSA), MECHANICSBURG, PA THIS IS A PRE-SOLICITATION NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic PWD PA announces its intention to procure a demolition project. Contractor shall provide all labor, materials, equipment, tools, supplies, supervision, and transportation needed to demolish buildings 406, 506, 507, and 509 with options to include the demolition of buildings 202, 215, 304, and 510 located at the Naval Support Activity (NSA), Mechanicsburg, PA. This announcement is set-aside 100% for Small Business under the North American Industry Classification System (NAICS) Code 562910 with a size standard of $14,000,000.00. A REQUEST FOR PROPOSAL (RFP) will be issued to obtain contractor qualifications for which the resulting contract, by means of a competitive Firm Fixed Price (FFP) procurement, will be awarded. The solicitation will be advertised as a total 100% SMALL BUISNESS set-aside. Formal source selection procedures will be followed to award to the lowest prices technically acceptable offeror as prescribed by Federal Acquisition Regulations (FAR) Part 15, Part 19 and Part 37 as applicable. A solicitation will be issued as N40085-14-R-6723. This acquisition will result in the award of a FIRM FIXED PRICE (FFP) service contract. The contract will be procured using competitive proposals as it has been determined in accordance with FAR 15.101 to be the most appropriate method of contracting for the subject project. PROJECT DESCRIPTION: Contractor shall provide all labor, materials, equipment, tools, supplies, supervision, and transportation needed to demolish buildings 406, 506, 507, and 509. Work for the deconstruction and demolition of the buildings will approximately include but is not limited to the following; abatement and disposal of asbestos containing materials and lead based paint, disconnect and terminate all utilities entering buildings, removal of roofing materials, removal of all interior utilities, walls, doors, structures, equipment, removal of the roof decking and framing, removal of exterior walls, all masonry walls and structures, removal of building floor concrete slabs, all underground concrete foundations and footers and underground utilities that have been disconnected and caped, grading and finishing of cleared lots after demolition is complete to a green space. The contractor will be responsible for recycling and recovery of all materials that can be recycled or reused and shall verify with Public Works any items/parts that can be salvaged and returned for re-use. The buildings will be disassembled in a safe and orderly manner. All materials will become the property of the contractor and all funds received from recycling or reuse of the materials will belong to the contractor. The contractor must account for the value of the recycled and reused materials in the bid amount. Service Contract Act Wage Determination will apply to the resultant contract. THERE IS NO PROVISION FOR ECONOMIC PRICE ADJUSTMENT. THE WAGE DETERMINATION WILL BE IN EFFECT AT TIME OF AWARD THROUGH THE COMPLETION OF THE RESULTANT CONTRACT. The contractor shall submit a copy of their bid bond with proposal. If submitting proposal via email or fax, provide a copy of their bid bond and mail the original bid bond to the address listed below within 48 hour of proposal due date. A site visit will be scheduled however; the site visit is NOT mandatory for contract award but is encouraged. If the offeror attends the site visit, it will be at your own expense. The Government will not compensate or be responsible for any associated costs of the optional site visit. As stated in the solicitation, the Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. In addition, if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. The Government reserves the right to reject any or all proposals prior to award and also to negotiate with any or all offerors. OFFERORS ARE ADVISED AN AWARD IS ANTICIPATED WITHOUT DISCUSSIONS. Offerors should not assume they would be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. The Government intends on issuing the solicitation through the NECO web site at https://www.neco.navy.mil and the solicitation will automatically post to FBO website at www.FBO.GOV. All prospective offerors MUST register themselves on the websites. All contractors are encouraged to attempt download the solicitation and all associated documents THIS WEBSITE. Amendments will also be posted on the website. IMPORTANT NOTICE: The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in the Central Contractor Registration (CCR) FedReg, ORCA, and EPLS. It is very important that firms are registered with this site. Firm may obtain information for this requirement through http://www.acquisition.gov or by calling 866-606-8220. Questions regarding this solicitation shall be in writing and may be addressed to David Rhoads via email at david.rhoads@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472PH/N4008514R6723/listing.html)
 
Place of Performance
Address: Naval Support Activity (NSA), Mechanicsburg, PA
Zip Code: 17055
 
Record
SN03356825-W 20140507/140505234217-6cd31fd56cc02bbbbcbbdd0b277eb855 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.