Avatar

Please consider registering
guest

sp_LogInOut Log In sp_Registration Register sp_MemberList Members

Register | Lost password?
Advanced Search

— Forum Scope —





 

— Match —





— Forum Options —





Minimum search word length is 3 characters - maximum search word length is 84 characters

sp_Feed Topic RSS sp_TopicIcon
Demolition and Recycling of Buildings
June 7, 2006
8:11 AM
Avatar
Member
Forum Posts: 5298
Member Since:
August 29, 2005
sp_UserOfflineSmall Offline

General Services Administration is planning to issue a construction solicitation to demolish buildings 111H, 111J, 111G, 83K, 82, 73, 2, 3, and 71 located at the Denver Federal Center, Denver Colorado. These buildings are typical one-story freestanding brick, wood and metal structures, built in the 1940s. Each structure (with the exception of buildings 74 and 76) has full utility service hook-up, with mechanical equipment also in service. Each structure is constructed on a concrete foundation with concrete slab flooring and crawl space. The roofs are a flat membrane with rock cover and storm water down spouts. The total square footage of all 10 buildings to be demolished is approximately 15,000. General Services Administration will be evaluating against the following evaluation criteria: 1) Experience - Contractor must be proficient in construction demolition and recycling of construction materials. (Demolition work experience on Federal Facilities will rate higher than commercial work). 2) Technical - Contractor shall be certified through the State in all remediation procedures to include but not limited to asbestos removal, hazardous material containment and testing, soil remediation, and/or lead abatement) 3) Site Visit is Mandatory. Requirement consists of but is not limited to the following; - full demolition of each building listed from the building slab up wards. -Cut and cap all water service, sanitary sewer service and fire supply lines. - Remove all abandoned steam and condensate lines. - Remove all electrical service and wiring to each building. - Remove all natural gas supply lines and meters to each building. - Remove all phones, security and land line service. - Remove all building foundations, footers and crawl spaces. - Remove all interior mechanical systems, HVAC, plumbing, electrical, fire etc. - Some buildings may have asbestos containing material (ACM). Contactor shall be responsible for testing and removal of all interior environmental hazards asbestos, lead, droppings, PCBs etc. Contractor shall perform a full TCLP soil analysis test on all associated sanitary sewer lines. THE PROPOSED SOLICITATION IS BEING CONSIDERED FOR RESTRICTION TO SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) CONCERNS. INTERESTED SDVOSB CONCERNS SHALL SUBMIT, VIA FAX OR E-MAIL LISTED BELOW, THE FOLLOWING BY June 23, 2006. A LETTER FROM THE VETERANS ADMINISTRATION VALIDATING SERVICE-DISABLED STATUS ALONG WITH A LETTER OF INTENT TO SUBMIT A PROPOSAL. . IF RESPONSE IS NOT RECEIVED BY TWO OR MORE SDVOSB CONCERNS, THIS SOLICITATION WILL BE SET ASIDE 100% FOR SMALL BUSINESSES. There will be a mandatory Site Visit. The Contractor and any subcontractor involved are required to visit each work site and take such other steps as may be reasonably necessary to verify the nature and location of the work to be performed, and to evaluate the general and local conditions which may affect the work or the cost thereof. The Contractor shall be held responsible for any and all errors in his proposal resulting from his failure to make an examination/site visit. The applicable North American Industry Classification System (NAICS) for this acquisition is 238910 - Site Preparation Contractors - with a three-year average annual small business standard of $12.0 M. The successful contractor will be selected using performance/price tradeoff procedures in accordance with FAR 15.101-1, resulting in the Best Value to the Government. Performance is significantly more important than price. Recent, relevant, past and present performance information is requested not later than June 23, 2006. (Recent, relevant, past and present performance is defined as performance of the same or similar type of work within the last three years.) It is anticipated that the solicitation will be issued electronically on or about 26 June 2006 via Federal Business Opportunities (FedBizOps) website. To ensure you receive notification of changes to the solicitation you must register on that site. A site visit is anticipated to be held 29 Jun 06 at 9:30 a.m. Only one (1) site visit will be held. Prospective Offerors are requested to inform the contracting office by 12:00 noon on 26 Jun 06 if planning to attend site visit. Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration requires applicants to have a DUNS number. Registration may take up to 3 weeks to process. Recommend registering immediately in order to be eligible for timely award.

Forum Timezone: America/New_York

Most Users Ever Online: 429

Currently Online:
15 Guest(s)

Currently Browsing this Page:
1 Guest(s)

Top Posters:

James: 5298

demobud: 817

Robert Kulinski: 573

1Pyro: 548

autoparter: 534

Member Stats:

Guest Posters: 54

Members: 3032

Moderators: 0

Admins: 2

Forum Stats:

Groups: 4

Forums: 17

Topics: 19752

Posts: 27986

Administrators: JOHN: 7602, John: 6749

Skip to toolbar