Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 23,1997 PSA#1936

15th Contracting Squadron, 90 G Street, Bldg 1201 Hickam, AFB, HI 96853-5230

Z -- DEMOLITION OF BUILDINGS AT HICKAM AFB & BELLOW AFS, HAWAII SOL F64605-97-B0016 DUE 092697 POC Buyer -- Sharon Gault (808) 449-6860 x 216/Contracting Officer- Pam Durrett (808) 449-6860 x 211 E-MAIL: Click here to contact the Contracting Officer via e-mail, gaults@wpgate.hickam.af.mil. SCHEDULE -- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. This solicitation is being issued as an invitation to bid (IFB) F64605-97-B0016. Bids are due on 26 Sep 97, 1:00 PM HST, at the 15th Contracting Squadron, Building 1201, 90 G Street, Hickam AFB, Hawaii. Bidder's assume full responsibility and risk for timely delivery of the bid. Bids shall be marked with the IFB number and bid opening date and time. Bids will be submitted for each line item. A site visit will be held on 23 Sep 97 at 9:00 p.m. HST at the 15th Contracting Office, Building 1201, 90 G Street, Hickam AFB, Hawaii. Notify Sharon Gault at (808) 449-6860, extension 216 if you are interested in attending. Standard Industrial Classification is 1795 and the size standard is $7 million. (ii) STATEMENT OF AGENCY NEEDS -- This project is for the complete demolition of 6 recreational cabins at Bellows Air Force Station, Hawaii and 1 warehouse at Hickam Air Force Base, Hawaii. Contractor will be responsible for demolition including tearing down the building, dust and debris control, disposal of all waste generated from the demolition work, and restoration of the grounds. Some abatement work is required for demolition and disposal of asbestos siding materials. WORK SITE CONDITIONS: Utilities including water and electrical may be provided to the contractor at no cost. The contractor will provide the temporary utility connections at his own expense and restore the utilities to their original state after work is completed. Areas must be properly cordoned off according to current State and Federal regulations. The government will be responsible for disconnecting all utilities and capping. REMOVAL AND DISPOSAL INSTRUCTIONS: Handling and disposal of asbestos containing materials must be by a licensed contractor (Warehouse, Bldg. 3071). All waste transite materials (siding and roofing) will be handled and disposed of off base by the licensed contractor in accordance with State and Federal regulations. Handling and disposal of lead-based paint timber by contractor (6 Cabins, Bldgs 124-129). Lead-based paint test results will be provided upon request. All waste materials (timber) will be handled and disposed of in accordance with City, State, and Federal regulations. It is believed that properly managed timber waste can be disposed of as construction debris. RESTORATION OF EXISTING GROUNDS: After the Bellows AFS cabins are demolished and waste materials cleared from the site, all grounds disturbed and grounds upon which the cabins were standing shall be restored to match the existing surroundings. No excavation work is allowed on the work sites. For Hickam AFB, the concrete floor of the warehouse will be left in place. All appurtenances, utility lines, etc., protruding from the floor will be cut even with the floor level and all holes will be patched flush with the floor level. All sharp or hazardous protrusions from the concrete floor shall be eliminated. All vegetation and debris on the concrete slab and within five feet shall be removed and disposed of. (iii) SUPPLIES/SERVICES -- 0001, Demolish completely 6 single-story cabins and 1 single-story warehouse. All cabins are of timber construction with raised timber flooring on precast footing and the warehouse is a constructed slab-on-grade with wood structural members, transite siding, transite roofing. 0001AA -- Cabin No. 124 (Approx 360 SF); 0001AB -- Cabin No. 125 (Approx 360 SF), 0001AC -- Cabin No. 126( Approx 360 SF), 0001AD -- Cabin No. 127 (Approx 360 SF); 0001AE -- Cabin No. 128 (Approx 360 SF); 0001AF -- Cabin No. 129 (Approx 202 SF). 0001AG -- Warehouse, one (1) each, approximately 521,200 square feet. (iv) TERMS AND CONDITIONS -- Performance Period. Bellows AFB, Four (4) weeks total for six (6) cabins. Hickam AFB, eight (8) weeks for one warehouse. FOB point is Destination. (v) PROVISIONS AND CLAUSES -- The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. The following FAR provisions are applicable to this solicitation: 52-212.1, Instruction to Offerors -- Commercial; 52-212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following cited FAR clauses are applicable to this solicitation; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-10, Price or Fee Adjustment for illegal or Improper Activity; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era; 52.222-41, Service Contract Act of 1965, As amended; 52.222-42, Statement of Equivalent Rates for Federal Hires, THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class -- Laborer Monetary Wage-Fringe Benefits -- $10.30; 52.232-33, Mandatory Information for Electronic Funds Transfer Payments. (vi) WAGE DETERMINATION -- Wage Determination No. 94-2153 (Rev. 11), Date 06/30/97 will apply to this solicitation/contract. (vii) REPRESENTATION AND CERTIFICATIONS -- Bidders must include with their bid a completed copy of the provisions at FAR 52.212-3, Offerors Representation and Certification-Commercial Items. (vii) BASIS OF AWARD -- Award will be based on the lowest responsive price. Bids must be submitted in writing. Award will be made on or about 26 Sep 97. The government reserves the right to award all, or a combination of any of the line items. All responsible bidders may submit a bid, which, if timely received will be considered by this agency. (0261)

Loren Data Corp. http://www.ld.com (SYN# 0081 19970923\Z-0004.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page