Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 21,1997 PSA#1891

354 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