Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2012 FBO #3861
SOLICITATION NOTICE

Z -- Asbestos repairs and abatement at Naval Support Activity, Mechanicsburg, PA

Notice Date
6/18/2012
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, PWD PA 4921 S. Broad Street Building 1 Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N4008512R5142
 
Response Due
8/3/2012
 
Archive Date
11/30/2012
 
Point of Contact
Christine Sholtz 315-709-5273
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The contractor shall provide all the necessary materials, labor, transportation, equipment, tools, and supervision necessary to conduct asbestos repair, removal, and abatement services, and conduct air monitoring services for abatement projects. The contractor shall provide trained and certified personnel, to perform all tasking assigned. Services performed shall be under the direction of a Certified Asbestos Project Inspector (API) certified by the State of Pennsylvania Department of Licenses and Inspection, and currently listed on the Asbestos Analysis Registry (AAR) and board certified to read daily PCM test results on abatement site. Work to include all related work as indicated on individual task orders. The work shall be located at the Naval Support Activity, 5450 Carlisle Pike, Mechanicsburg, PA 17055. The North American Industry Classification System (NAICS) is 562910. The Small Business Size Standard is $14.0 million. The resultant contract for asbestos repairs and abatement will be an Indefinite Delivery “ Indefinite Quantity (IDQ) type contract with a guaranteed minimum of $5,000.00. All IDQ work will be ordered on individual task orders consisting of pre-priced Exhibit Line Items (ELINS). This contract will contain Davis Bacon and Service Contract Wage Decisions. This solicitation will be issued as a 100% Service Disabled Veteran Owned Small Business Set-Aside. The Government will only accept offers from service disabled veteran owned small business concerns. The term of the contract is for one twelve-month Base Period plus four twelve-month Option periods, which may be exercised by the Government in accordance with the schedule. The solicitation (specification) will be limited to the electronic medium. The specification WILL NOT be provided in a paper hard copy format or CD_ROM. All prospective offerors are required to register on the Navy Electronic Commerce Online (NECO) website for this procurement when specifications become available. The address for downloading this solicitation from the Internet is http://www.neco.navy.mil and will be available on or about 3 July 2012. Registration and downloading from the Internet is free of charge; however, some specifications may take a considerable amount of time to download. Notification of any changes to this solicitation (Amendments) shall be made only on the internet. Therefore it is the contractor ™s responsibility to check the Internet site daily for any posted changes to the solicitation. In addition, all offerors are required to register in the Department of Defense (DoD) Central Contractor Registration (CCR) Database. Failure to register in the CCR makes an offeror ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing the website at https://www.bpn.gov/ccr/default.aspx. NOTE: Offerors should submit verification of their firm ™s registration in the CCR database with their offer. As stated in the solicitation, the Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. In addition, if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. The tradeoff process is selected as appropriate for this acquisition. The Government considers it to be in its best interest to allow consideration of award to other than the lowest priced offeror or other than the highest technically rated offeror. As stated in the solicitation, all technical factors when combined are of equal importance to the performance confidence assessment rating and is approximately equal to price. Questions regarding this solicitation shall be in writing and may be addressed to Christine Sholtz via email at Christine.sholtz@navy.mil. Response date and time for this solicitation is 1500 Eastern Standard time on 3 August 2012. Questions pertaining to this solicitation will only be accepted until 1500 Eastern Standard time on 31 July 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472PH/N4008512R5142/listing.html)
 
Place of Performance
Address: 5450 Carlisle Pike, Mechanicsburg, PA
Zip Code: 17055
 
Record
SN02778277-W 20120620/120618234521-32f8e4c47268cd314c9f7abae8694a01 (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.