Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2010 FBO #2997
SOURCES SOUGHT

S -- Clean Kitchen Exhaust Systems, Mold Remediation in Buildings, and Air Conditioning Duct Cleaning and Decontamination Services at Various Locations, Oahu, Hawaii.

Notice Date
2/5/2010
 
Notice Type
Sources Sought
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
 
ZIP Code
00000
 
Solicitation Number
N6247810R2357
 
Response Due
2/22/2010
 
Archive Date
3/9/2010
 
Point of Contact
Shari Lillie808-471-1562
 
E-Mail Address
shari.lillie@navy.mil
(shari.lillie@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to identify potential offerors for Clean Kitchen Exhaust Systems, Mold Remediation in Buildings, and Air Conditioning Duct Cleaning and Decontamination Services at Various Locations, Oahu, Hawaii. The Contractor shall provide all equipment, labor, management, materials, supervision, tools, and transportation necessary to maintain clean, efficient, and safe operating kitchen exhaust systems (i.e., clean interior and exterior surfaces of kitchen exhaust systems, including range hoods, filters, ducts, fire suppression systems, fans and fan housings; seal all air leaks in exhaust ductwork and access panels; and surface preparation, spot prime and paint bared and corroded exterior surfaces of hoods and ducts); provide mold remediation in buildings; air conditioning duct cleaning and decontamination services (i.e., clean and disinfect/sanitize all! interior surfaces of the air conditioning system, including the supply and return air ducts, remove, disinfect/sanitize to the maximum extent possible, all particulates, microbial growth, mold, and foreign matter on all vent openings, dampers, air registers, diffusers, coils, drip pan, variable air volume (VAV) and the air handling units without damaging or discoloring the finished surfaces and materials, apply a mildewcide to encapsulate and prevent further microbial growth that may occur in the air conditioning system); provide sample retrieval and microbial air analysis and bulk sampling analysis; and provide air conditioning system inspection/survey. The NAICS Code for this procurement is 561790 and the annual size standard is $7,000,000. The contract term will be a base period of one year plus four option years. This contract will replace a contract for similar services awarded in 2005 for $113,144.32 (firm-fixed price portion) and $486,600 (indefinite quantity estimate/maximum value per year). Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. Offerors can view and/or download the solicitation at https://www.neco.navy.mil/ when it becomes available. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. IDIQ work may be issued via the DOD EMALL, a web-based ordering system, using Government purchase cards. Interested parties must submit the following information: (1) Full name and address of the firm (2) DUNs number (3) A statement that your firm has similar past performance and experience in terms of the scope and dollar value (4) A statement regarding your business size (e.g. 8(a), small business, large business, hubzone). DO NOT SUBMIT A NARRATIVE, PROPOSAL, BROCHURES OR ANY ADDITIONAL INFORMATION AT THIS TIME. Based upon the responses received, the Government will determine the set-aside method for the procurement. This is a sources sought announcement and is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on responses to this notice. This Sources Sought Synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP. Interested parties may submit their response to shari.lillie@navy.mil by 2/22/10.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247810R2357/listing.html)
 
Record
SN02059023-W 20100207/100205234911-f50fb43dc3da8d9490ea2daccfd5d307 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.