|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 23,1997 PSA#193615th 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
|
|