Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2014 FBO #4600
SOLICITATION NOTICE

P -- Demolition of 400 Railroad Avenue Building

Notice Date
6/27/2014
 
Notice Type
Presolicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Bureau of ReclamationLower Colorado RegionRegional Office500 Fir StreetBoulder CityNV89005US
 
ZIP Code
00000
 
Solicitation Number
R14PS00570
 
Response Due
7/11/2014
 
Archive Date
8/10/2014
 
Point of Contact
Kelli Adams
 
Small Business Set-Aside
N/A
 
Description
Reclamation has a requirement for removal, containment, and disposal of asbestos material from existing structures in conjunction with demolition and removal of specified buildings and site improvements to establish safe site conditions that is accessible after removal. The work is located at 400 Railroad Avenue, Boulder City, NV, commonly referred to as the Railroad Building. The eastern portion of the building was constructed about 1931; the western portion including shops in the 1950s; and various renovations have extensively altered the building's interior partitions and layout over the years since, with the most recent interior re-partitioning occurring in 2008. The Railroad Building covers approximately 14,000 square feet, and includes a main office building consisting of steel frame with sheet steel corrugated panel siding and a portion of unreinforced masonry wall construction with wood-frame interior partitioning, and workshop areas with steel framing and metal wall panel siding. The street side of the building includes a concrete loading dock approximately 220 feet by 12 feet wide. An important factor to consider about this building is the past use of spray-on asbestos-containing insulation applied to the interior face of metal siding and interior (under) side of roofing surfaces. In the eastern half of the building, this material was partially remediated - including encapsulations and isolation - in a controlled, contained area segregated from the occupied office areas of the building. The isolation area is accessible through locked access doorways and is located between the exterior and interior (framed) walls, and between roof and ceilings of the office areas of the building; in much of the western half of the building, the asbestos-containing insulation is encapsulated inside drywall framed out from the exterior walls, and/or isolated by ceiling panels installed between the roofing and the occupied office spaces at ground level. Windows and door frames in some locations include lead-based paint (LBP) manageable as construction waste depending upon demolition and disposal handling processes. The principal features of work to be performed for this project include: - Removal, containment, and disposal of approximately 9,200 square feet (estimated volume under 86 cubic yards (cyd)) of friable asbestos material, non-friable asbestos having high probability of becoming friable during demolition, and regulated asbestos-containing material (RACM) from the Railroad Building's office area. Due to adhesion to surfaces and later covering of this asbestos with insulating materials and/or other materials, removal and disposal may include removal of other building materials in contact with and contaminated by asbestos. - Removal and disposal of large metal objects. This includes, but is not limited to: hot water heaters, cast iron pipe, air conditioning units, ductwork, electrical panel boxes, garage doors, metal cabinets, etc. - Capping existing utility lines at or below ground or at structural faces, and placing stakes, flagging, or other markings as warnings and to show location. - Removal and disposal of non-contaminated building/structure. - Removal and recycling of concrete loading dock structure materials. - Removal and disposal of existing miscellaneous fill material under the building's loading dock. - Containerizing and hauling of specialized waste and construction demolition debris to appropriately-licensed landfill site(s). This requirement will be a competitive, 100% Set-Aside for Small Businesses. There will be no public bid opening as competitive proposals will be evaluated in accordance with FAR Subpart 15.101-2, Lowest price technically acceptable source selection process. The resultant award will result in a firm fixed-price construction contract. The services to be procured are classified in the North American Industry Classification System code 238910, Site Preparation Contractors. The Small Business Size Standard is $14 Million for this NAICS. The solicitation and any amendments to the solicitation will be available through the Federal Business Opportunities (FBO) (www.fedbizopps.gov) website. The extent of the work will be described in the solicitation when it is posted on or about July 11, 2014, under Solicitation number R14PS00570. The magnitude of construction is between $250,000.00 and $500,000.00. The project period of performance is anticipated to begin on or about October 30, 2014, with an anticipated completion date of February 28, 2015. All dates in this notice are estimates and are subject to change. No other information will be available before the solicitation is posted. NOTE: The Solicitation will be issued electronically, as will any amendments thereto, in accordance with FAR Subpart 4.5 and 5.102(a)(1); therefore, hard copies will not be provided. There will not be any printed or hard copies of the Solicitation mailed. Additionally, most public libraries have resources available to electronically access and download the Solicitation. Because of this, the Government is under no obligation and is in fact unable to maintain a bidders list. It is therefore, the responsibility of all interested parties to periodically access the above FBO internet address in order to obtain any amendments which may be issued and to ensure that they have the most current information. Failure to obtain any said amendments and to respond to them prior to the date and time set for receipt of proposals may render your proposal nonresponsive and result in rejection of the same. Additionally, hardcopy documents are available for download from FedConnect. It is the responsibility of all interested parties to follow the link provided on the FBO website under Additional Info or to visit the FedConnect (www.fedconnect.net) website to search public opportunities under Reference Number R14PS00570. In addition, offerors are required to have an active record in the System for Award Management (SAM) to be eligible for contract award. Offerors may register on SAM at https://www.sam.gov. Written questions may be submitted to Kelli Adams via email at kadams@usbr.gov. Only written questions will be accepted and addressed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/887fcc420eba898ec2d08a4552270acb)
 
Record
SN03408432-W 20140629/140627234343-887fcc420eba898ec2d08a4552270acb (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.