Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2010 FBO #3071
SOLICITATION NOTICE

K -- demolition of THUs at Sherwood - Request for Quote

Notice Date
4/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Logistics Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-10-R-0072
 
Point of Contact
Toye T Hobday, Phone: 202.646.1653, Carolyn A. Abney, Phone: 202-646-4654
 
E-Mail Address
toye.hobday@dhs.gov, carolyn.abney@dhs.gov
(toye.hobday@dhs.gov, carolyn.abney@dhs.gov)
 
Small Business Set-Aside
HUBZone
 
Description
Demolition solicitation for Sherwood April 20, 2010 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 as the only solicitation; quotations are being requested and a written solicitation is attached. HSFEHQ-10-R-0072 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This requirement is being procured under Simplified Acquisition Procedures (SAP) and will be set aside for HUBZone Small Businesses. The NAICS code is 238910. The Federal Emergency Management Agency (FEMA) intends to procure services for the destruction and removal of storm damaged Temporary Housing Units (THU) for the following location: Sherwood Number of THU's 2695 N Sherwood Drive (20) Baton Rouge, LA 70814 The services include cleaning, destruction and removal of THU's located in the FEMA Staging Yard. Destruction and removal will occur on an as-needed basis, as determined by FEMA. THU's may be travel trailers, park model mobile homes or full-size mobile homes. The "destruction" phase of the work may require removal of hazardous materials (e.g., kitchen, bath, and laundry cleaners, household items such as paints, oils, batteries, etc.) Various recyclable components such as aluminum and copper may have salvage value and FEMA understands that the successful contractor may recycle these materials to their own benefit. It is FEMA's intent that all units are cleared of all hazardous debris, broken down and destroyed, and all components, including the frame, be removed from the site within a ten (10) working days. All interested vendors must submit a plan to meet a 10 day schedule. A mandatory site visit will be scheduled for April 26, 2010. Please view SF 1449 for details. Personnel: Contractors will be required to provide a valid driver's license photo ID to gain site access. BASIS FOR AWARD: The Government will make award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable factors. In order to be found technically acceptable, the offeror must be capable of providing the services as specified and within the parameters specified. The requirements detailed in this solicitation shall be used as criteria to evaluate offerors. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition, if the offeror is proposing open market pricing. The provision at FAR 52.212-2 "Evaluation-Commercial Items" applies to price/technically acceptable factors. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the ORCA website, http://orca.bpn.gov. The following FAR clauses also apply to open market pricing: 52.212-4 "Contract Terms and Conditions--Commercial Items and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items,". FAR provision 52.217-9 also applies to this award. The aforementioned FAR provisions and clauses can be accessed electronically at http://www.arnet.gov/far. A written notice of award or acceptance of quote, mailed or otherwise furnished to the successful offeror shall result in a binding contract without further action by either party. Written responses to this RFQ are due by 3:00 PM/EST, 04-29-2010 and may be emailed to Toye.Hobday@dhs.gov and Carolyn.Abney@dhs.gov. Mailed responses shall be addressed to Federal Emergency Management Agency, Office of the Chief Procurement Officer, ATTN: Toye Hobday 395 E Street, S.W., PP 5th Floor, Washington, DC 20472. You must send an email to announce that a mailed copy will be received on the due date. Emailed quotations are preferred. Offerors are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database and ORCA. Technical and/or administrative questions must be emailed to Toye.Hobday@dhs.gov and received no later than 11:00 AM/EST, 04-27-2010. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation. Interested parties are responsible for monitoring the site to assure that they have the most up to date information regarding this solicitation. All amendments will be issued in the same manner as the pre-solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/OAM/HSFEHQ-10-R-0072/listing.html)
 
Place of Performance
Address: Sherwood, 2695 N Sherwood Drive, Baton Rouge, Louisiana, 70814, United States
Zip Code: 70814
 
Record
SN02126490-W 20100422/100420234701-612dcf78e7447e89351fdfcc5940314a (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.