MODIFICATION
P -- MBS Buildings Demolition
- Notice Date
- 12/13/2018
- Notice Type
- Modification
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- 2930 Wetmore Avenue Ste 3A Everett WA 98201
- ZIP Code
- 98201
- Solicitation Number
- 1205M619Q0005
- Response Due
- 1/11/2019
- Point of Contact
- Brian A. Johnson, Contract Specialist/Contracting Officer, Phone 4257836056, Fax 4257830129
- E-Mail Address
-
bajohnson03@fs.fed.us
- Small Business Set-Aside
- Total Small Business
- Description
- GENERAL REQUIREMENTS : This project consists of the following, but is not limited to: 1) Demolition and removal of buildings and structures off of National Forest land; 2) Disconnecting, sealing / capping in place site utilities; and 3) Hazmat, i.e. asbestos, septic tank / solid waste, underground storage tank (UST), etc. LICENSING REQUIREMENTS : The prime contractor and subcontractors, if any, are required to be licensed to perform all required hazmat activities under this contract. DESCRIPTION OF WORK : The work will include, but is not limited to: 1) Remove and dispose of all building structures; 2) Remove and haul all trash and debris off of the National Forest; 3) Remove the materials from the demolition site in accordance with federal, state and local laws and regulations; 4) Disconnect all utility services before demolition; 5) Perform site clearance, grading and restoration; 6) Complete demolition work in accordance with technical specifications and as directed by CO / designated COR; 7) All underground water lines will remain in place, shall be cut and capped 5 feet from edge of building with valve box; 8) All under ground and above ground power lines shall be removed from junction box to the building demolition; 9) Remove and dispose of appliances and other items that may contain refrigerants in accordance with 40 CFR, Part 82. Appliances and other items may include, but are not limited to, freezers, refrigerator; etc.; and 10) Remove and legally dispose of mercury-containing materials including fluorescent, mercury vapor, metal halide bulbs, and thermostats containing a liquid filled capsule, PCB-containing materials including capacitors, ballasts, and transformers where the component is contained within a metal jacket and does not have a specific, legible label stating no PCBs are present. PROJECT LOCATIONS : Refer to Attachment 1 - Building Locations. REGULATORY AND SAFETY REQUIREMENTS : The contractor shall comply with all Federal, State, and Local safety laws and regulations applicable to the execution of the work including, but not limited to: 1) Handling, storing and disposal of toxic or hazardous substances and materials; 2) "Call Before You Dig No. 811"; 3) Occupational Safety and Health Agency (OSHA) requirements; 4) Washington Department of Labor (WDOL); 5) Other applicable federal, state, and local codes, laws, and regulations regulating worker safety, transport and disposal of hazardous wastes. Contractor shall post any applicable work place notices as required by Law; and 6) Contractor shall provide Government with copies of shipping receipts, manifests, bills of lading, or similar documentation regarding the lawful disposal of all materials and debris generated by the contract. ADVANCED DEMOLITION NOTICE REQUIREMENT : The awardee shall be responsible for providing the COR with a minimum of 48 hours advanced notification prior to the beginning of demolition of any structure. EXISTING FACILITIES FOR CONTRACTOR USE : There is no public restroom nearby the Camp Silverton and Darrington Seed Orchard sites. The Contractor shall be responsible to provide and maintain a portable toilet for its employees use during performance of all services. CONTRACT TYPE SELECTION : Commercial Item, Firm-Fixed-Price (FFP), Service Contract. APPLICABLE LABOR STANDARDS : In accordance with FAR Subpart 37.3--Dismantling, Demolition, or Removal of Improvements, 37.301--Labor Standards, no follow-on construction activites will take place. This potential contract is solely for the demolition of buildings and associated services required by the awarded contract. Based on this, the Service Contract Labor Standards will apply and the applicable wage determination will be included in the Request for Quotation (RFQ) when issued. A separate wage determination will be provided with the RFQ for each county where the buildings are located. PERFORMANCE BOND REQUIREMENT : In accordance with FAR Subpart 37.302, the contracting officer (CO) is requiring performance bond coverage in the amount of 100% of the contract price (and modifications, if any) to ensure four primary objectives: 1) Ensure completion of the work; 2) Protect property to be retained by the Government; 3) Protect property to be provided as compensation to the contractor; and 4) Protect the Government against damage to adjoining property. DATE THE RFQ WILL BE ISSUED ON FBO : Approximately fifteen (15) calendar days after the date of this presolicitation notice. PRE-SOLICITATION CONFERENCE : If a presolicitation conference is offered by the Forest Service the details of these meetings, i.e. dates/times/locations will be provided in the RFQ. TECHNICAL POINT OF CONTACT : Thomas Warter, Facilities Engineer, (425) 783-6082, twarter@fs.fed.us. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/USDA/FS/05M6/1205M619Q0005/listing.html)
- Place of Performance
- Address: Multiple Locations (See Attachment 1) Everett, WA
- Zip Code: 98201
- Country: US
- Zip Code: 98201
- Record
- SN05174439-F 20181215/181213230053 (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 |