SOURCES SOUGHT
Z -- BUILDING 148 � REMOVE/SECURE CEILING TILES
- Notice Date
- 1/28/2020 8:38:01 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FA4484 87 CONS LGC JOINT BASE MDL NJ 08641 USA
- ZIP Code
- 08641
- Solicitation Number
- N6833520MP00066
- Response Due
- 2/4/2020 1:00:00 PM
- Archive Date
- 02/19/2020
- Point of Contact
- Guy Cholmondeley, Phone: 6097545146, Wanda L. Wilson, Phone: 6097544950
- E-Mail Address
-
guy.cholmondeley@us.af.mil, wanda.wilson.1@us.af.mil
(guy.cholmondeley@us.af.mil, wanda.wilson.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT BLDG 148 REMOVE/SECURE CEILING TILES IN HIGH BAY AREA Joint Base McGuire-Dix-Lakehurst, NJ has a requirement for a contractor(s) to provide all personnel, equipment, tools, materials, supervision, and other items necessary to remove/secure high bay ceiling insulation. The magnitude of this construction project is between $25k and $100k. �The North American Industry Classification System (NAICS) code for this procurement is 238210 (Commercial and Institutional Building Construction) with a size standard of $39.5 million. The following information is requested in this Sources Sought: 1. Company name, point of contact, phone number, and address; 2. DUNS Number and CAGE Code; 3. Interest in nature of participation [e.g., prime contractor, teaming partner, primary subcontractor]; 4. Small Business certification; Interested contractors may provide the above information via e-mail to the address listed below. Information submitted must be in sufficient detail as to allow for a thorough government review of firm's interest and capabilities.� This information is due no later than 04 Feb 2020 at 4:00 p.m. EST. This Sources Sought notice is issued for planning purpose only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes.� This is not an announcement of a forthcoming solicitation, or confirmation that the Government will contract for the items contained in the Sources Sought, nor is any commitment on the part of the Government to award a contract implied.� Responses to this notice will assist the Government in identifying potential sources in determining if a Small Business set-aside of the solicitation is appropriate, and in determining whether or not this approach to securing contracting support is practicable.� Respondents are advised that the Government will not pay for any information or administrative cost incurred in response to this Sources Sought.� Responses to this notice will not be returned. STATEMENT OF WORK FOR BUILDING 148 � REMOVE/SECURE CEILING TILES IN HIGH BAY AREA AT JOINT BASE MDL, LAKEHURST, NEW JERSEY � DESCRIPTION OF SERVICES: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to remove/secure high bay ceiling insulation. TECHNICAL REQUIREMENTS:� The Contractor shall provide all the necessary labor, equipment, materials, transportation, and supervision to meet all of the following requirements: ***NOTE: ALL WORK TO BE COMPLETED AFTER NORMAL WORKING HOURS.**** Contractor shall remove/dispose of the existing unsecured ceiling insulation approx. (36,000) sq. ft. Contractor shall secure remaining salvageable ceiling insulation in that approximate area. Ceiling height is approximately 120 ft. from ground floor level. � ����� Any adjacent areas dissembled, damaged, or removed by the contractor during installation shall be properly repaired by the contractor at no expense to the Government. Any and all debris / trash generated by this project shall be removed and properly disposed of off base by the contractor. The contractor or his representative (QAP) shall be on site during duty hours or the hours of work being accomplished. The contractor shall coordinate the time that work will be accomplished with the points of contact listed below. The contractor shall be responsible for daily clean up at the work site and complete restoration of the area after completion of the work. All work shall be accomplished in accordance with all Federal, state, and local laws and regulations, applicable building codes and standards, NEC, NFPA, BOCA, & CABO, and OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION (OSHA) codes. Submittals:� None Required SITE VISIT:� A site visit of the facility will be scheduled and Contractor attendance is highly recommended. All questions shall be asked via email by the Prime Contractor to the Contracting Specialist after the site visit until the specified date and time given. Contractors shall not ask the COR questions directly. � SPECIAL REQUIREMENTS: The work site shall remain clean and clutter free since this area is an active employment site.� All dumpsters or other containers for trash and debris shall be located in areas designated by the building manager and shall be subject to removal and / or relocation at the building manager�s request. �These requirements shall not impact the performance period. � POINTS OF CONTACT: Contracting Specialist, SSgt Guy Cholmondeley Guy.cholmondeley@us.af.mil, (609) 754-5146 Contracting Officer, Wanda Wilson, wanda.wilson.1@us.af.mil, (609) 754-4950. Please copy POC�s listed with all correspondences. The Contractor Manager or an alternate shall be available within sixty (60) minutes notice during normal duty hours, 7:00am to 3:30pm, to meet with Government personnel to discuss any problems encountered at the work site.� Contractor shall supply all Government POC�s with phone number for contacting purposes. BASE ENTRY: The contractor shall obtain the necessary passes and /or identification for entry into Joint Base McGuire, Dix, and Lakehurst for all employees prior to commencement of work.� The Government reserves the right to refuse to issue an entrance pass to any employee for any reason deemed valid by the Government.� The contractor shall be required to provide the Security Forces with vehicle registration(s), proof(s) of insurance, driver license(s), and a picture ID(s) to obtain a pass for entry onto the base.� The Pass and Registration building is located on Rt. 547, Lakehurst, NJ. � SECURITY FORCE AND FIRE PROTECTION:� USE 911 TO REPORT ALL EMERGENCIES (POLICE, FIRE, EMS) The Base Security Police Non-Emergency telephone number is 609-562-6001. PERFORMANCE PERIOD:� All work shall be completed within a 30 day calendar day period, After Date of Contract (ADC), excluding holidays. Contractor shall coordinate all dates of work with all Government POC�s prior to starting. INSPECTION / ACCEPTANCE OF PROJECT COMPLETION:� A final inspection will be scheduled upon completion of all work. Contractor shall contact Government POC�s at a minimum of two (2) days prior to completion for a site visit. END OF STATEMENT OF WORK
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/08f21a8315484403bf43ece4657b7780/view)
- Place of Performance
- Address: Joint Base MDL, NJ 08733, USA
- Zip Code: 08733
- Country: USA
- Zip Code: 08733
- Record
- SN05545786-F 20200130/200128230151 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |