|
COMMERCE BUSINESS DAILY ISSUE OF JULY 21,1997 PSA#1891354 CONS/LGCC, 3112 Broadway Ave Unit 5B, Eielson AFB, AK 99702-1887 Z -- DEMOLITION TASK ORDER CONTRACT, EIELSON AFB SOL F65503-97-R0007
DUE 073197 POC Contact A1C Danny Wiand, (907) 377-3328, Contract
Administaror, Eielson AFB Alaska E-MAIL: A1C Danny Wiand, Contract
Administrator, wiandbd@ccgate.eielson.af.mil. The Contractor shall
provide all personnel, equipment, tools, materials, supervision, and
other items and services necessary to perform complete building
demolition to include demolition of various unusable wooden, concrete,
metal, and block facilites and associated utilities on or near Eielson
AFB, AK. 1) Typical tasks: a) Facility demolition which requires some
hazardous material abatement/disposal and site restoration. b) On-site
survey to determine actual extent of work and type of building to be
demolished prior to start of work. c) Demolition and removal of entire
building structures and foundations. d) Excavate and remove all
underground and above ground utility lines associated with facility.
e)Demolition and removal of all concrete pads, piers, and structures
associated with demolished facility. g)Some site restoration and
excavation will be required on buildings the Government demolished. 2)
Required work permits: Contractor is responsible for obtaing all work
permits, and is responsible for all costs associated with them, prior
to the start of work. 3) Contractor is required to execute all work in
accordance with current versions of all applicable codes, laws and
statutes. This list includes, but is not limited to:Corps of Engineers
Saftey Manual, Federal, State, and Local Laws, Eielsons' Waste And
Borrow Pit Plan(available upon request), Code of Federal Regulation, YS
Code, Alaska Administrative Code, OSHA Standards. 4)Contractor is
responsible for maintaining exsisting
structures,roads,trees,vegetation,ect. that are not indicated for
removal and to correct any damages without additional cost to the
Government.5)Contractor shall obtain approval from the Contracting
Office 5 days before interrupting,connecting,or disconnecting any
utility service. Utilities may not be avaliable for Contractor use at
the site. Availablity shall be determined at the site prior to issuing
all task orders. All utilities connected to the facility will be
capped off at least 5' from the facility perimeter. All utilities
within 5' radius of the facility to be demolished will be removed also.
Utilidors within that area shall be likewise demolished and capped with
acces provided. 6) Demolished items become property of the Contractor
and must be removed from the site. Storage,sale and burning of items on
base is prohibited.Lead-based paint(LBP and asbestos containing
material (ACM)may be present.A test report will be on file and
available for review.LBP and ACM material may be removed and recycled
in such a way to minimize abatement requirements. Portions of materials
to be removed may contain hazardous materials and have not been tested.
In these cases, the Contractor will take required precautions and have
it tested by an independent certified lab at no additional cost to the
Government, and provide the test results,to the Contracting Officer,
prior to removal of the remaining material. The Contractor is
responsible for determining and complying with disposal/recycling/
enviromental procedures and regualtions prior to demolition. Contractor
shallremove and dispose of the hazardous materials in accordance with
all local,state and federal laws/codes.7) Entire site shall be graded
to match exsisting surrounding grade and seeded.Contractor is
responsible for maintaining the newly seeded areas for at least 60 days
or untilacceptable lawn is established, whichever is longer. Areas
shall be seeded with 50%ArctaredCreeping Red Fescue and 50%Nugget or
Park Kentucky Bluegrass Mixture. This is a combined
synopsis/solicitaion for commercial iems prepared in accordance with
the format in FAR subpart12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only soliciation; proposals are being requested and a written
solicitaion will not be issued. This soliciation has been determined to
be limited to 8(a) firms serviced by the SBA Offices in District Region
10. All other firms are deemedineligible to submit offers. The SIC code
is 1795 and the requirement number assigned is 1084-97-704489. This
solicitation is issued as an Request for Proposal with F65503-97-R0007
as the bid number. The solicitaion document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 90-46 dated 07 May 97. The Government contemplates award of
Indefinate Delivery Indefinate Quanity Task Order Contract resulting
from this solicitation with a performance period starting at contract
award date through 30 Sep 97 and 4 option years. A winter exclusionary
period may be requested by the Contractor after awardfor demolition.
A mandatory exclusionary period, 01 Oct through 01 May, will be in
effect for the site restoration/excavation period. The following is the
contract line items associated with minimum and maximum estimated
dollar amount, all having the FOB destination of Eielson AFB, AK: CLIN
0001 Lead-based Paint Removal, CLIN 0002 Asbestos Abatement, CLIN 0003
Demolition, CLIN 0004 Restoration/Excavation. All clauses and
provisions incorporated in this document by reference have the same
force and effect as if they were in full text. Provision 52.212-1:
Instructions to Offerors-Commercial Items (OCT 95) applies to this
solicitation and is incorporated by reference. Provision
52.212-2:Evaluation-Commercial Items (OCT 95). Evaluation for award
will be based on financial and technical ability, past performance,
quality control program, contract management, and bid schedule. Also
applicable to this solicitationalthough not included within the content
of this synopsis/ solicitation is provision 52.213-3 and DFARS addenda
252.212-7000: Offeror Representations and Certifications-Commercial
Items (OCT 95). All interested parties should request Representations
and Certificationsforms for the Contracting Office, completly fill them
out and return them with correlating bid. Clause 52.212-4: Contract
Terms and Conditions-Commercial Items (OCT 95) includes all applicable
terms and conditions which are, to the maximun extent practicable,
consistent with customary commercial practices and is incorporated by
reference.Clause 52.212-5 and DFARS addenda 252.212-7001: Contract
Terms and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items (JAN 96), applies to this solicitation and may
be acquired upon request of Reps and Certs. Additional addenda
incorporated by reference which applies to this solicitation and
subsequent contrct: Clause 52.216-18 Ordering (OCT 95); such orders may
be issued from contract award date through contract close-out.; Clause
52.216-19 Ordering Limitations (OCT 95) where minimum and maximum
dollar amounts are identified within contract line items; Clause
52.216-22 Indefinate Quanity (OCT 95); Clause 52.232-33 Mandatory
Information for Electronic Funds Transfer Payment (AUG 96); Clause
52.216-27 Single or Multiple Awrds (OCT 95); Clause 52.219-17 Section
8(a)(FEB 90); Clause 52.219-18 Notification of Competition Limited to
8(a) Concerns (FEB 90); Clause 52.237-4 Payment by Government to
Contractor (APR 84); Clause 52.249-13 Inspection-Dismantling,
Demolition, or Removal of Improvements (APR 84); Clause 52.249-3
Termination for the Convenience of the Government (Dismantling,
Demolition or Removal of Improvements)(APR 84). ORDERING, DELIVERY,AND
INVOICING PROCEDURED I.ORDERING 1.Contractor shall be available during
normal business hours. 2. All (IDIQ) Task Orders will be placed by the
Contracting Office and will include the quanity of the desired CLIN,
performane period of the task order and dollar amount. II DELIVERY
SCHEDULE 1. As a minimum, Contractor shall deliver to Eielson AFB, on
dates determined on each individual task order. III INVOICING 1.
Contractor shall have fax capability. 2. Contractor shall invoice upon
completion of each task order. The contract will have a performance
period from contract award date until 30 Sep 97 with 4 option years.
All interested parties shall request a copy of provisions 52.213-3 and
DFARS 252.212-7000: Offerors Representation and Certifications and
clause 52.212-5 and DFARS 252.212.7001: Contract Terms and Conditions
to Implement Statutes or executive Orders-Commercial Items, in full
text. Process a written request and foward to the Contracting Office
stated above. Bid opening will be held in the Contracting Conference
room #207 on 31 Jul 97 at 1400hrs. No faxed bids will be considered for
evaluation. If there are any questions or requests, contact A1C Danny
Wiand at (907) 377-3328. (0197) Loren Data Corp. http://www.ld.com (SYN# 0130 19970721\Z-0002.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|