Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2020 SAM #6757
SOURCES SOUGHT

F -- REGIONAL ASBESTOS TESTING AND REMOVAL

Notice Date
5/28/2020 7:11:34 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
 
ZIP Code
20374-5018
 
Solicitation Number
ACQR5793501
 
Response Due
6/4/2020 8:00:00 AM
 
Archive Date
06/19/2020
 
Point of Contact
Shonn Gilkes, Phone: 2026858262
 
E-Mail Address
shonn.gilkes@navy.mil
(shonn.gilkes@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. No contract will be awarded from this announcement, and no reimbursement will be made for any costs associated with providing information in response to this notice. This notice is a market research tool used to obtain information only and to identify contractors who possess the capabilities to provide services as specified below. The Naval Facilities Engineering Command (NAVFAC) Washington is performing this market research to aid in the development of its acquisition approach. Respondents to this notification will not be notified of the results of the evaluation. NAVFAC Washington is seeking to identify potential small business concerns, women-owned small business, service-disabled veteran-owned small businesses, HUBZone small businesses, and 8(a) small disadvantaged businesses firms, etc., certified by the Small Business Administration (SBA), with the capacity, experience and interest in providing Regional Asbestos Test and Removal Services to be performed in the NAVFAC Washington�s Area of Responsibility (AOR): Public Works Department Washington (PWD Washington) Public Works Department South Potomac Public Works Department Patuxent River and outlying areas Public Works Department Annapolis and outlying areas Resident Officer In Charge of Construction, Quantico, VA (ROICC Quantico) Public Works Department Bethesda The requirement is to provide testing and removal services for Asbestos, Lead and Mold.� The Contractor shall furnish all labor, supplies, materials, equipment, transportation, facilities, utilities, testing, inspections, permits, paperwork, notification, supervision and management; unless otherwise specified required to provide services not limited to abatement, encapsulation, removal and disposal of asbestos containing material, removal of lead paint, disposal of lead containing material, remediation of mold, and incidental work. As such, the contractor and all its personnel shall be fully knowledgeable of all safety and environmental requirements associated with the work they perform. See the attached DRAFT Performance Work Statement (PWS) Annexes 0100000 - General Information, 0200000 - Management and Administration, and 1800000 Environment for additional information. If a solicitation is issued at a later date to request proposals, a solicitation number will be announced thru a formal pre-solicitation notice on beta.sam.gov. Respondents to this notice will not be notified; it is the responsibility of the vendor to monitor beta.sam.gov for any opportunities. Source Selection Procedures in accordance with FAR Part 15 may be used. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The NAICS code for this procurement is 561910, Remediation Services. The size standard is $22M. NAVFAC Washington is seeking potential sources for an Indefinite Delivery Indefinite Quantity type Non-Recurring Work Items (formerly referred to as Indefinite Delivery Indefinite Quantity (IDIQ)) with a performance period of one 12- month base period and up to two (2) 12-month option periods. SUBMITTAL REQUIREMENTS: As permitted by FAR Part 10, it is requested that interested parties submit a brief capabilities statement package demonstrating ability to perform the services listed above. The capability package must be complete and sufficiently detailed to allow the Government to determine the potential source�s qualifications to perform the defined work in accordance with the draft PWS. Please note that your submittal shall not exceed ten (10) pages. PAGES IN EXCESS OF THE TEN (10) PAGE LIMIT WILL NOT BE CONSIDERED. Submit your completed responses no later than 11:00 am EST, Thursday, May 28, 2020, to the Contracting Officer, Jillita Bullock, via email to jillita.bulluck@navy.mil and copy the Contract Specialist, Shonn Gilkes, shonn.gilkes@navy.mil. Identify in the subject line of your emailed response: REGIONAL ASBESTOS TESTING AND REMOVAL. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. Respondents to this notice will not be notified of the Government�s review of packages or capabilities. Information received as a result of this sources sought will become part of our market research to determine interest and capability of potential sources. The documentation shall address, at a minimum, the following: A. COMPANY PROFILE. To include: (1) Company name and address; (2) Year the firm was established and number of employees; (3) names of two principals to contact (including title, telephone and email addresses); (4) DUNS number; (5) CAGE Code; (6) positive assertion indicating registration in SAM (http:www.sams.gov). B.�RELEVANT EXPERIENCE. Include experience in performing efforts of similar value, size, and scope within the last five (5) years. The following Government or commercial information shall be provided for each of your references: (1) Contract Number and Project Title; (2) Name of Contracting Activity; (3) Administrative Contract Officer�s Name, Telephone Number and/or email address; (4) Contracting Officer�s Technical Representative or Primary Point of Contact, telephone and email address; (5) Indication of whether your firm acted as price or subcontractor; (6) Contract Period of Performance and Contract Value; (7) Brief summary of work performed and how it relates to the technical services described herein; (8) Explain what procedures you would employ to ensure you provide qualified personnel to perform the work at the different locations. C. ANSWER THE FOLLOWING: Does the contractor have capabilities to hire, apply, and retain a qualified workforce for this effort? � Does the contractor have the capabilities to simultaneously manage multiple projects with multiple disciplines? � Does the contractor have the capabilities to successfully respond to emergency and/or surge situations? � Does the contractor have a feasible Safety Plan that responds effectively to safety issues? D. PHASE-IN. The Government is contemplating a phase-in time of 30 days for the work included in the planned procurement. Would you consider this an adequate amount of time? If not, what period of time would you recommend and what is your recommendation based on? E. ADDITIONAL INFORMATION. Complete the enclosed Questionnaire and provide, if any, additional information that the responder believes to be relevant. RESPONSES ARE DUE NO LATER THAN (NLT) 11:00 AM EST, THURSDAY, MAY 28, 2020. LATE RESPONSES WILL NOT BE ACCEPTED/REVIEWED. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes. Questions or comments regarding this notice may be addressed in writing to the Contracting Officer, Jillita Bullock, via email to jillita.bulluck@navy.mil and copy the Contract Specialist, Shonn Gilkes, shonn.gilkes@navy.mil. NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFEROR�S OWN EXPENSE. ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THE MARKET RESEARCH QUESTIONNAIRE/REQUEST FOR INFORMATION MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN THE PWS.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e76c478b23194d7791388d4b8fa67267/view)
 
Place of Performance
Address: Washington Navy Yard, DC 20374, USA
Zip Code: 20374
Country: USA
 
Record
SN05673824-F 20200530/200528230204 (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.