Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2020 SAM #6694
SOURCES SOUGHT

S -- W912HZ-COVID-19

Notice Date
3/26/2020 10:50:06 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ-COVID-19
 
Response Due
3/31/2020 12:00:00 PM
 
Archive Date
04/15/2020
 
Point of Contact
Davita S. Baloue, Phone: 6016342748, Traci Hoofman, Phone: 6016344849
 
E-Mail Address
davita.s.baloue@usace.army.mil, traci.k.hoofman@usace.army.mil
(davita.s.baloue@usace.army.mil, traci.k.hoofman@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS SOURCES SOUGHT IS BEING ISSUED FOR DISINFECTING/REMEDIATION SERVICES IN RESPONSE TO COVID-19. �This is not a solicitation. The United States Army Corps of Engineers, Engineer Research and Development Center, is conducting this sources sought notice to identify potential sources that can provide immediate and rapid response services to clean and disinfect office and communal areas that have known to occupy individuals suspected or confirmed to have COVID-19. Any resulting procurement instrument will be for non-recurring work.� It is anticipated that a Blanket Purchase Agreement will be executed.� The contract type is anticipated to be firm fixed price. �The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act.� The contract term may be two years.� There is no minimum guarantee of work.� Anticipated performance start date is April of FY20. The proposed requirement will be to provide one-time disinfection services (per task order) to space identified to have been occupied by a person who is suspected or has tested positive for COVID-19. Task orders will be issued, and funding obligated, once an incident occurs.� The services must comply with guidelines issued by the Centers for Disease Control and Prevention (CDC). Vendors must be able to provide services at the following anticipated performance locations: Vicksburg, MS Hanover, IL Lebanon, NH Duck, NC Lewisville, TX Mobile, AL The Contractor shall utilize an EPA approved disinfectant to clean and wipe all non-porous surfaces in one direction to ensure viruses associated with COVID-19 are destroyed. Non-porous surface areas include but are not limited to: doors, doorknobs, light switches, countertops, refrigerator doors, microwave doors, keyboards, desks, copy machines, tables, cabinets, hard-surface floors, and restroom surfaces. The Contractor shall utilizing an EPA approved fogger type disinfectant to disinfect all areas within the facility to include but not limited to cubicles, offices, closets, hallways, elevators, mechanical rooms, entry ways, stairwells, and open spaces. The Contractor shall utilizing an EPA approved fogger type disinfectant to disinfect the building�s heating ventilation, and air conditioning (HVAC) system. The HVAC systems includes but not limited to all air handling units and or packed air systems. Cleaning under this BPA can be accomplished by the following: Fogging: A CDC approved Antibacterial and Antiviral Fog shall be sprayed to disinfect the area. High Touch Cleanup: Cleanup of high touch surfaces is required for a situation involving a person who is suspected to have COVID-19 or a Person Under Investigation (PUI); which is someone who is involved in a quarantine situation or has come in contact with someone who has been in a quarantine situation, or has come in contact with someone testing positive. This includes cleaning and disinfecting of high touch nonporous surfaces and cleaning and sanitizing of high touch porous surfaces. Enhanced Cleanup: Enhanced cleanup is required for an area in which a person who has been confirmed positive for COVID-19 has inhabited. This includes cleaning and disinfecting of all nonporous surfaces and cleaning and sanitizing of all porous surfaces. This enhanced cleaning includes walls up to 8 feet but excludes ceilings. The applicable NAICS code for this requirement is 562910 Remediation Services with a Small Business Size Standard of $22mil. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit a Capability Statement consisting of appropriate documentation, literature, brochures, and references. � Interested parties should register on-line and subscribe to receiving procurement announcements related to this sources sought notice at www.beta.sam.gov.� Any questions related to this notice shall be submitted in writing to the point of contact listed below. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Company name, address, DUNS number, CAGE code, point of contact, telephone number and email address. 6.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business. 7.) Company URL address. The Government respectfully requests information on or before 2:00 PM CST, March 31, 2020.� Please provide capability statements to Davita S. Baloue email at Davita.S.Baloue@usace.army.mil .
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ef7870d6bfcc4d81b1df34790e5f85b1/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN05602030-F 20200328/200326230151 (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 |
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.