|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1998 PSA#2169U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street,
Omaha, NE 68102-4978 Y -- MINUTEMAN DISMANTLEMENT, GRAND FORKS AFB, NORTH DAKOTA SOL
DACA45-98-B-0071 DUE 102798 POC Contract Specialist, Kevin McElroy
(402)221-4108 WEB: Omaha District Contracting Division Homepage,
http://ebs.nwo.army.mil/ebs/contract.htm. E-MAIL: Kevin McElroy or
Diana Vanderzanden, Kevin.P.McElroy@usace.army.mil or
Diana.L.Vanderzanden@usace.army.mil. On or about 15 September 1998,
this office will issue Invitation for Bids for the construction of
MINUTEMAN DISMANTLEMENT, GRAND FORKS AFB, NORTH DAKOTA. Bids will be
opened on or about 27 October 1998. This solicitation is unrestricted
and open to both large and small business participation. Contractors
interested in inspecting the site of the proposed work should contact
the Grand Forks Resident Engineer, U.S. Army Corps of Engineers, P.O.
Box 247, Emerado, ND 58228 for mail and 7th & Holzapple, Bldg. 214,
Grand Forks AFB for site inspection, Telephone: (701) 594-5016/5575.
FAX (701) 594-5526. A site visit of typical project location(s) will be
conducted on 8 October 1998 and a pre-bid conference addressing project
requirements and Contractor questions will be held on 7 October 1998.
Solicitation package will contain additional information. The work will
include the following: (Approx. quantities) Dismantlement and general
demolition (explosives or mechanical) includes 150 launch facilities
and 15 launch control facilities. LAUNCH FACILITY (LF) SITE WORK incl:
removal of save list & salvage items, pullboxes, light poles, concrete
pads, markers, antenna poles & bases, removal or abandonment of fuel
storage tanks & demolition of launcher headworks. Debris & residue from
demolition to be used for backfill (launcher & support building cavity
excavation) and a concrete cap is required over launch tube. Asbestos
removal required. Fuel storage tank removal or abandon in place work
includes: 131 -- four thousand (4000) gallon fiberglass underground
storage tanks (UST) for removal, 19 -- eleven thousand (11,000) gallon
deep tanks for abandoning in place, miscellaneous tanks (less than 500
gallons) for removal, removing remaining fuel in tanks, cleaning of
tanks and removing sludge. Each LF site undergoes a ninety day
"observation period" during which no activity will be permitted. After
the observation period, work will resume to backfill, compact, and
final site grading. LAUNCH CONTROL FACILITY (LCF) WORK incl: removal of
save list & salvage items, and dismantlement & disposal, or fill & seal
of the topside features (includes: intake & exhaust airshafts, antennas
& antenna pads, sewage lagoons, fuel storage tanks, poles and piping).
Launch Control Center and Launch Control Building blast doors are to
be closed & seal welded, fill and cap the access shaft. Asbestos
removal is required. Fuel storage tank removal work includes:
approximately eighty (80) fuel storage tanks (heating oil, diesel and
Mogas tanks which vary in size (500 to 15,000 gallon), miscellaneous
fuel tanks (less than 500 gallons), removing remaining fuel in tanks,
cleaning tanks and removing sludge. Eighteen (18) fuel storage tanks
have a PCB paint coating. The sewage lagoon site requires: draining and
contents removed, berms leveled or used for fill, grading and blending
into surrounding terrain. Observation period does not extend to
activities at LCF. The estimated construction cost of this project is
between $20,000,000 and $30,000,000. Contractor's Quality Control will
be a requirement in this contract. Large business concerns submitting
bids for services exceeding $500,000 or for construction exceeding
$1,000,000, shall comply with Federal Acquisition Regulation 52.219-9
regarding the requirement for a subcontracting plan. The U.S. Army
Corps of Engineers considers the following goals reasonable and
achievable for fiscal year 1998: (a) Small Business: 61.2% of planned
subcontracting dollars. (b) Small Disadvantaged Business: 9.1% of
planned subcontracting dollars. (c) Women Owned Small Business: 4.5% of
planned subcontracting dollars. The Contractor will be required to
commence work within 10 days after notice to proceed and complete the
basic work within 620 calendar days after receipt of Notice to Proceed
and complete two (2) work options (if exercised) within 450 calendar
days (for each option) after receipt of notice of exercising of
options. Provisions will be included for liquidated damages in case of
failure to complete the work in the time allowed. Performance and
payment bonds will be required. The plans and specifications are
available on Compact Disk (CD-ROM) and will be provided free of charge.
It has been determined that the number of Compact Disks be limited to
one (1) per firm. Plans and Specifications will not be provided in a
printed hard copy format. Contractors may view and/or download this
project from the Internet at the following Internet address:
http://ebs.nwo.usace.army.mil/EBS/Contract.htm Ordering of CD-ROM shall
be made through the Internet address above or faxed to (402) 221-4530
or 4199 with the following information: 1) Name of Firm; 2) Point of
Contact; 3) Mailing Address; 4) Street Address for Parcel Delivery
Service; 5) Telephone and Fax Phone Numbers with Area Code (FAX numbers
are mandatory to ensure the receipt of any amendments that may be
faxed); 6) Level of Participation (General Contractor, Subcontractor,
Supplier or Plan Room); and 7) Large Business, SmallBusiness or Small
Disadvantaged Business. If any of the information changes during the
advertisement period, submit the information via e-mail to
Kevin.P.McElroy@usace.army.mil or Diana.L.Vanderzanden@usace.army.mil
or by written request or fax. Failure to provide the above information
and any changes may cause a delay in receiving CD-ROM and amendments.
Questions regarding the ordering of same should be made to:
402-221-4108 or 4044. Telephone calls regarding Small Business matters
should be made to: 402-221-4110. Telephone calls on contents of
drawings and specifications should be made to Specification Section at:
(402) 221-4547. Posted 08/26/98 (W-SN242180). (0238) Loren Data Corp. http://www.ld.com (SYN# 0136 19980828\Y-0005.SOL)
Y - Construction of Structures and Facilities Index Page
|
|