Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2020 SAM #6764
SOLICITATION NOTICE

P -- Decommissioning/Demolition of Multi-Sites at the Piedmont Recreation Facility on the Francis Marion, Sumter National Forest, SC

Notice Date
6/4/2020 2:16:37 PM
 
Notice Type
Presolicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
FRANCIS MARION & SUMTER NATL FORESTS COLUMBIA SC 29212 USA
 
ZIP Code
29212
 
Solicitation Number
12467020R0075
 
Response Due
6/12/2020 9:00:00 AM
 
Archive Date
06/27/2020
 
Point of Contact
Tina Pettyjohn, Phone: 8035614013
 
E-Mail Address
tina.pettyjohn@usda.gov
(tina.pettyjohn@usda.gov)
 
Description
DATE THE RFP WILL BE ISSUED Will be published on this site on or about 12 June 2020. LOCATION OF WORK Multi-Sites at the Piedmont Recreation Facility on the Francis Marion, Sumter National Forest, SC; Woods Ferry Campground, Bldg 724, Lat/Long = 34.7015, -81.44973; Parson Mountain Campground & Recreation Site, Bldg 334, Lat/Long = 34.09982, -82.35751; Lick Fork Lake Recreation Site, Bldg 809, Lat/Long = 33.72937, -82.04076; SCOPE OF WORK This project entails the complete demolition of existing building structures. The work includes, but is not limited to; demotion of electrical, plumbing, roofing, wood structures, concrete walls and foundations, trash, asbestos/ 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 forthcoming Request for Proposal (RFP). BUILDINGS LOCATIONS (Refer to Attachment 1, Vicinity Map) Please see attached Vicinity Map. PRE-PROPOSAL SITE VISIT The exact time and location of the site visit will be addressed in the Solicitation.� WORKING HOURS All work shall be performed during business hours from 8:00 AM � 5:00 PM Monday - Friday. CONTRACT TYPE Firm-Fixed-Price (FFP), Service Contract. The performance time to complete the described work is 90 days. ACQUISITION APPROACH The NAICS code is 238910. The business size standard is $16.5 million average annual revenue. Interested contractors must be registered as Active at the time proposals are due and must complete the annual representations and certifications electronically via the System for Award Management (SAM) at http://www.sam.gov in order to be eligible for award. This commercial item(s) is prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized by FAR Part 13.5. � LICENSING REQUIREMENTS The prime contractor and its�subcontractors, if any, are required to be licensed to�perform all required hazmat activities under this contract. 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 workplace 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 State of South Carolina requires 10-day notification prior to the beginning the demolition of any structure and the contractor must comply with. APPLICABLE LABOR STANDARS In accordance with FAR Subpart 37.3--Dismantling, Demolition, or�Removal of Improvements, 37.301--Labor Standards, no follow-on construction activities 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 Proposal (RFP) when issued. RESPONSES Please respond if you may be interested with your company�s name, DUNS # and Business size. QUESTIONS All questions must be in writing to the Contract Specialist, Tina Pettyjohn via e-mail: Tina.Pettyjohn@usda.gov.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/636a4b4fc00c4822aa0d0355c0e4507a/view)
 
Place of Performance
Address: SC, USA
Country: USA
 
Record
SN05680431-F 20200606/200604230153 (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 |
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.