SOLICITATION NOTICE
99 -- Asbestos Abatement Services
- Notice Date
- 2/16/2011
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC - Aeronautical Center (Oklahoma City, OK)
- ZIP Code
- 00000
- Solicitation Number
- 10440
- Response Due
- 3/2/2011
- Archive Date
- 3/17/2011
- Point of Contact
- Connie Houpt, 405-954-7820
- E-Mail Address
-
connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- The Federal Aviation Administration (FAA) at the FAA Mike Monroney Aeronautical Center, Oklahoma City, Oklahoma, has a requirement for asbestos abatement services. The contractor shall furnish the necessary personnel, materials, equipment, tools and supplies to perform emergency, on-call, 24-hour, asbestos management and asbestos and similar contaminant (lead, mold, etc.) abatement projects on an "as required" basis at the Mike Monroney Aeronautical Center, 6500 South MacArthur Boulevard, Oklahoma City, Oklahoma. Summary of Work is attached for reference. The contractor must perform all on-site asbestos abatement work with personnel from within its own organization, no subcontracting will be allowed. The contractor may subcontract specific site preparation and/or build-back activities with prior written approval. Vendors shall be expected to provide with their proposals a copy of the following current licenses; Asbestos Abatement Contractor, Operations and Maintenance Contractor (or letter from the DOL approving the contractor's Operations and Maintenance Program if a separate license was not issued) and Asbestos Abatement Supervisor for the General Superintendent. (FOR INFORMATIONAL PURPOSES ONLY. DO NOT PROVIDE THIS INFORMATION AT THIS TIME.) Requirement is for a base year and includes option provisions to renew for four additional 1-year periods, to be exercised at the sole discretion of the FAA. The proposed contract will incorporate AMS Clause 3.2.4-35, Option to Extend the Term of the Contract, and 3.2.4-34, Option to Extend Services. The resultant contract will be an Indefinite-Delivery/Requirements type contract, with fixed price pricing arrangements. This market survey is to request information that will enable the FAA to make a screening decision to determine qualified firms that have the ability to perform these services. Responses to this market survey may also be used to determine if there is adequate competition to set the requirement aside for Small Businesses, Service Disabled Veteran Owned Small Business, or the 8(a) program in lieu of opening the acquisition up for full and open competition. The FAA reserves the right to add incumbent contractors and/or other sources which meet the criteria and have performed satisfactorily on previous procurements. CAPABILITY STATEMENT: All vendors responding to this market survey must provide a Capability Statement that addresses the following: a. Description of previous contracts for services that are similar in scope. Provide detailed information and past performance information for at least two (2) previous contracts including program title, customer name, contract dates, contract value, customer point of contact, and description of work performed. b. Demonstrate experience/capability for the requirements set forth in the attached draft Statement of Work (SOW). MANDATORY REQUIREMENTS FOR EXPRESSION OF INTEREST: In order to be considered responsive, vendors expressing interest in this matter must provide the following: a. Capability Statement (as defined above) b. Completed Business Declaration Form. The form is provided as a separate document under this market survey. The FAA reserves the right to review and verify each offeror's program eligibility. Vendors who can comply with and meet all of the requirements called out in this market survey must respond with their documentation in writing to the Contracting Officer at connie.m.houpt@faa.gov. Responses shall be received by 2:00 p.m. CST, March 2, 2011. Late responses may not be considered. The FAA will not pay for any information received or costs incurred in preparing responses to this market survey. Any proprietary information should be so marked. Individual company responses will not be disclosed to other vendors. This market survey shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire this equipment. Responders to this market survey may be based to provide additional details/information based on their initial submittal. This notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/10440/listing.html)
- Record
- SN02381345-W 20110218/110216234319-e5b0e9b7356e71e0fd8a155dd27025a5 (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 |