SOLICITATION NOTICE
Z -- Asbestos Abatement Services
- Notice Date
- 4/6/2023 6:22:52 AM
- Notice Type
- Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- FA8571 MAINT CONTRACTING AFSC PZIM ROBINS AFB GA 31098-1672 USA
- ZIP Code
- 31098-1672
- Solicitation Number
- FA857123R0002
- Response Due
- 4/27/2023 2:00:00 PM
- Archive Date
- 05/12/2023
- Point of Contact
- Olivia Mitchell
- E-Mail Address
-
olivia.mitchell@us.af.mil
(olivia.mitchell@us.af.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- This is a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) type acquisition that will be awarded under the authority of FAR 16.504. This requirement is being solicited as a Total 8(a) Small Business Set-Aside. 8(a) SMALL BUSINESS SIZE STANDARD (a) NAICS: 562910 (b) No. of Employees: $25M B.1 GENERAL: The quantities identified in the schedule represent the Government's Minimums and Maximums of Asbestos Abatement Services. In�accordance with the clause in Section I of this contract, FAR 52.216-18, delivery orders may be issued hereunder for an ordering period of five (5)�years from the effective date of the contract against the contract line item number CLINs included in the schedule. Orders issued hereunder�shall utilize the CLINs representing the period in effect at the time of order award for purposes of pricing. B.2 Guaranteed Minimum: Order Dollar Amount: Minimum: $2,500.00 / Maximum: $4,650.00 Contract Dollar Amount: Minimum $2,500.00 / Maximum: $697,500.00 The contractor shall furnish to the Government, when ordered, the items of supplies or services specified in this schedule up to and including the�""Maximum"" amount of $697,500.00 asbestos abatement services for all orders issued hereunder. The Government shall order at least the one-time�guaranteed ""Minimum"" amount of $2,500.00 for asbestos abatement services in conjunction with award of the basic contract. Once this ""Minimum""�value is met, the Government has met their contractual obligation and is under no further obligation. If the Government's requirements do not result in�orders in the quantities described as ""Maximum"" in the schedule, that fact shall not constitute the basis for an equitable price adjustment or claim.� B.3 CONTRACT TYPE: This is a Indefinite Delivery Indefinite Quantity (IDIQ) type contract as contemplated at FAR 16.504. This contract utilizes�FFP Contract Line Item (CLINs). B.4 ORDERING PERIOD: In accordance with the Clause in Section I of this contract, FAR 52.216-18 Ordering, delivery orders may be issued�hereunder for a period of five (5) years from the effective date of the contract against the contract line item numbers (CLINs) included in the schedule.�Orders issued hereunder shall utilize the CLIN representing the period in effect at the time of order award for purposes of pricing. The�contract ordering periods associated with each CLINs series are defined as follows: 0001 - Contract Award through 12 months after contract award; 1001 - 12 months after contract award through 24 months after contract award; 2001 - 24 months after contract award through 36 months after contract award; 3001 - 36 months after contract award through 48 months after contract award; 4001 - 48 months after contract award through 60 months after contract award. B.5 DESCRIPTION OF SUPPLIES OR SERVICES: The solicitation will result in a Indefinite Delivery Indefinite Quantity (IDIQ) type contract as contemplated at FAR 16.504. The quantities identified�in the schedule represent the Government's minimum and maximum quantities. In accordance with the clause, FAR 52.216-18 Ordering, delivery�orders may be issued against the resultant contract for a period of five (5) years from the effective date of the contract award against the contract line�item numbers CLINs included in the schedule of the resultant contract. Price(s) should be FOB Destination (Robins AFB, GA 31098). In addition to price and delivery, the quote shall include your cage code, DUNS�number, and taxpayer ID number. The Government requests that supporting documentation be provided for evaluation purposes ONLY. The�documentation shall include: (Reference: FAR 52.212-2)�If the above documentation is not provided with the submission of your quote then the quote will not be evaluated and not be considered for award. The contractor shall propose hourly rates IAW Attachment 5: Wage Determinations. The applicable hourly rates shall be used to determine the cost�for each asbestos abatement service IAW the PWS for each task order. The rates shall be used on all subsequent task orders for each applicable�ordering period. Incidental materials shall be included in the total proposed price for each task order.�In accordance with the clause in Section I ""Contract Clauses"", of this contract, DFARS 252.217-7028 Over and Above Work, rework may be required�to support the Government's requirements. The Government will, whenever possible, notify the contractor at least five days in advance when the�required rework is needed. Upon notification, the contractor shall develop a proposal that includes the prices required to meet the�Government's requirements. The contractor shall not perform any rework until the Program Manager has coordinated the proposal with the CO. The�CO shall approve the contractor's proposal, conduct negotiations, and issue a funded task order. Proposals should be emailed to Olivia Mitchell (olivia.mitchell@us.af.mil) no later than 5:00 pm EST on 27 April 2023.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/475ce5b585ae41d180373b28d244660f/view)
- Place of Performance
- Address: Warner Robins, GA 31098, USA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN06642397-F 20230408/230406230114 (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 |