SOLICITATION NOTICE
P -- Abatement, Demolition, Preliminary Restoration - 5 Residential Easement Properties, State of Connecticut
- Notice Date
- 5/3/2018
- Notice Type
- Presolicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Natural Resources Conservation Service - Contracting Services Branch
- ZIP Code
- 00000
- Solicitation Number
- 121A2318B0002
- Point of Contact
- Danny Mandell, Phone: 254-742-9923
- E-Mail Address
-
danny.mandell@wdc.usda.gov
(danny.mandell@wdc.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- United State Department of Agriculture Natural Resource Conservation Services (NRCS) has a requirement for residential properties demolition and site finishing involving hazardous abatement, demolition, and preliminary site restoration of five (5) easement properties in West Haven, Connecticut. This procurement is a TOTAL SMALL BUSINESS SET-ASIDE ACQUISITION and will be released under Solicitation Number 121A2318B0002. The small business size standard is based on the North American Industry Classification System (NAICS) Code 238910 Site Preparation Contractors with a size standard of $15.0 million average annual income. PROJECT DESCRIPTION. The major items of work includes: 1. Hazardous Materials abatement and proper disposal for residence with known hazardous materials as identified in Haz-Mat Assessment Report(s), 2. Demolition and proper disposal of all structures on property including outbuildings, 3. Disconnecting and properly sealing sewer and water lines and/or pumping and removal of septic tanks, to include decommissioning of private wells, if applicable, 4. Removal and earth fill of structure foundations including basements, 5. Site grading, finishing, and seeding to include vegetation restoration PROJECT DURATION. 60 calendar days after the Notice to Proceed (NTP) is issued. Contract approximate Period of Performance July 15 - September 15, 2018. SUMMARY Contractor shall provide and furnish all supervision, labor, equipment, materials, services, insurance, permits, licenses, notifications and other incidentals necessary and proper to demolish residential building(s), other residential on-site structures, remove building debris and all other miscellaneous environmental items on sponsor identified site(s). Procedures to be followed in accomplishing the demolition and site clearance will be in accordance with NRCS Statement of Work (SOW) and specifications. WORK TO BE PERFORMED BY PRIME CONTRACTOR. The contractor shall perform, with its own organization, work equivalent to at least 50 Percent of the value for the work of the contract. ESTIMATE PRICE RANGE. The estimated price range for this project is between $250,000 - $500,000. PREBID/PROPOSAL-TELECONFERENCE/SITE VISIT (CONSTRUCTION). Prebid/proposal teleconference/site visit information will be outlined in the solicitation. PreBid/proposal and Site showings are typically held within 1-2 weeks from the date the solicitation is posted in www.fbo.gov. There will be no public bid opening. The purpose of this conference will be to answer questions regarding, or requests for clarification of, the Invitation for Bid (IFB) documents. Although questions during the site visit are permissible, statements or representations made during the site visits are not legally bindings. Changes resulting from the site visits are official only if issued through an Amendment to the Invitation for Bid (IFB) solicitation. Contractors are strongly urged to attend both prebid/proposal conference and site visit/showing. BONDING REQUIREMENTS. All Offerors must ensure that their firms have the ability to provide both 100 Percent of the Performance and Payment Bonds requirements. In addition, Offerors will be required to submit a bid guarantee/bid bond, (20 percent) with their bid/proposal. SOLICITATION PACKET (IFB, Terms and Conditions, Clauses, Provisions, Technical Specifications, and Drawings). The solicitation packet will be available on or about May 18, 2018 on the FEDERAL BUSINESS OPPORTUNITY (FedBizOpps) website at www.fbo.gov. Potential Offerors are advised that they are responsible for obtaining and acknowledging any and all amendments to the solicitation. It is the Offerors responsibility to view the FedBizOpps website daily as no other notification of amendments will be provided on any revisions to this announcement or other notices. SYSTEM FOR AWARD (SAM) REGISTRATION: All prospective contractors must register in the System for Award Management (SAM) registration database at www.sam.gov to be considered for an award of a federal contract. QUESTIONS OR CLARIFICATIONS. All questions or requests for clarifications of the terms, conditions, and requirements of this Invitation for Bid (IFB) shall be submitted to Danny Mandell at danny.mandell@wdc.usda.gov. Please direct all questions via email only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bd6db5b1c9f7d1d8d99c45a0d194f797)
- Place of Performance
- Address: West Haven, Connecticut, Connecticut, United States
- Record
- SN04910293-W 20180505/180503230950-bd6db5b1c9f7d1d8d99c45a0d194f797 (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 |