MODIFICATION
P -- FOREST WIDE BUILDINGS DEMOLITION
- Notice Date
- 3/26/2020 10:05:33 AM
- Notice Type
- Solicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- COLVILLE NATIONAL FOREST COLVILLE WA 99114 USA
- ZIP Code
- 99114
- Solicitation Number
- 1205M620Q0021
- Response Due
- 5/15/2020 2:00:00 PM
- Archive Date
- 09/30/2020
- Point of Contact
- Brian A. Johnson, Contracting Officer, Phone: (425) 783-6056, Kamber L. Box, Civil Engineer, Phone: (509) 684-7254
- E-Mail Address
-
brian.johnson3@usda.gov, kamber.box@usda.gov
(brian.johnson3@usda.gov, kamber.box@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- REQUEST FOR QUOTE Is now available and attached in this BetaSAM location (see bottom of posting). LOCATION OF WORK Various Ranger Districts on the Colville National Forest, Washington State, U.S.A. SCOPE OF WORK This project entails the complete demolition of existing building structures and�site features. The work includes, but is not limited to: electrical, roofing, concrete�foundations, fencing, radio tower, radio repeater batteries, prefabricated structure�bases, trash, asbestos/lead paint removal and debris. The contractor�shall furnish all supervision, labor, materials, equipment, tools, transportation,�travel expenses, supplies, etc. that are required to perform all elements identified�in the Request for Quotation (RFQ). BUILDINGS LOCATIONS (Refer to Attachment 1) D3 Newport Ranger District: Bldg. #2838, 315 North Warren, Newport, WA�99156; D4 Republic Ranger District: Bldg. #2871, 650 East Delaware�Avenue, Republic, WA 99166; Bldg #2866, Leona Mt., Lat: 48.76833;�Long:-118.47386, Forest Service Road 2157 300; D5 Sullivan Lake Ranger�District: Bldg. #2827, Salmo Mt., NE1/4, NE1/4, Sec.16, T.40N., R45E., W.M.,�Forest Service Road 2220 270; Bldg. #2840, Sullivan Mt., SE1/4, SW1/4,�Sec.16, T.39N., R44E., W.M., Forest Service Road�2212 245; Colville Supervisors�Headquarters (SO): Prefabricated Bldg., 765 South Main, Colville, WA 99114. Note: Attachment�1 is in ""DRAFT"" form; the final maps/drawings with�signatures will be issued with the RFQ. PRE-QUOTE SITE VISIT A pre-quote site visit will not be held due to the COVID-19 precautionary measures. If it is determined we will hold this meeting in the future this notice will be updated and the details provided. WORKING HOURS / RESTRICTIONS All work for buildings #2938 & #2871 shall be performed during business hours�from 8:00 AM � 5:00 PM Monday - Friday. No work shall be performed on Saturday�or Sunday unless approved in writing by the contracting o?icer. All work for all�other options shall be done during daylight hours and is subject to fire�precautionary level restrictions. Performance window for buildings 2827 and�2840 begins July 15th, 2020 and shall conclude prior to November 15, 2020. For�all other buildings the performance window is not restricted. LICENSING REQUIREMENTS The prime contractor and its subcontractors, if any, are required to be licensed�to perform all required hazmat� activities under this contract. EVALUATION FACTORS FOR CONTRACT AWARD The following two evaluation factors shall be used to evaluate quotations�received: Factor #1: Technical Capability;and Factor #2: Price. 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. CONTRACT TYPE SELECTION Firm-Fixed-Price (FFP), Service Contract. ACQUISITION APPROACH FAR Part 13--Simplified Acquisition Procedures. 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. PAYMENT BOND REQUIREMENT In accordance with FAR Subpart 37.302, the contracting officer is requiring a payment bond for this project.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/996f450d36b347f4ab0fbf2630002226/view)
- Place of Performance
- Address: Colville, WA 99114, USA
- Zip Code: 99114
- Country: USA
- Zip Code: 99114
- Record
- SN05601000-F 20200328/200326230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |