Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2024 SAM #8094
SOURCES SOUGHT

Z -- IDIQ for Abatement & Remediation Services

Notice Date
1/23/2024 8:43:17 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
12305B24R0012_SourcesSought
 
Response Due
2/5/2024 9:00:00 PM
 
Archive Date
02/21/2024
 
Point of Contact
Evonne Huggins, Phone: none
 
E-Mail Address
Evonne.Huggins@usda.gov
(Evonne.Huggins@usda.gov)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
Due to the age and history of the Beltsville, MD campus, The Agricultural Research Service (ARS) has an ongoing and urgent need for hazardous material abatement, remediation, and construction repairs to correct and prevent such issues in the future. ARS intends to select a high-quality contractor to negotiate and award a sole-source, indefinite delivery, indefinite quantity (IDIQ) contract through the Small Business Administration (SBA) 8(a) Program under the authority of FAR 19.8. We anticipate several concurrent projects at any given time. Most of which will be on an urgent and tight schedule due to the risk to humans, animals, and mission critical research efforts. The Contractor shall provide building environment stabilization services, specialized abatement, remediation, cleaning, contaminant disposal, demolition, and various construction services as required to manage, repair, and obviate future issues with asbestos, mold, lead, and other materials such as polychlorinated biphenyls (PCB) and mercury. This contract will be utilized to execute a broad range of maintenance, repair, and minor construction projects on real property at the Beltsville locations in Maryland and District of Columbia. Repair services may include but is not limited to: Alteration, renovation, upgrading and/or repair of plumbing systems. Alteration, renovation, upgrading and/or repair of HVAC systems. Alteration, renovation, upgrading and/or repair of mechanical systems. Alteration, renovation, upgrading and/or repair of water processing systems. Alteration, renovation, upgrading and/or repair of steam distribution systems. Alteration, renovation, upgrading and/or repair of boiler systems. Alteration, renovation, upgrading and/or repair of fire suppression systems. Painting, Pipe Insulation, Drywall & Insulation, Flooring, and other specialty work. The submission is limited to ten (10) 8.5 x 11 pages with a minimum font size of 12. In response to this source sought notice, please provide: Offeror's name, point of contact, phone number, address, e-mail address, CAGE Code and Unique Entity ID number. Offeror's Certified 8(a) Program entrance and exit dates, along with whether you qualify as a small business for the following NAICS Codes: 562910 Remediation Services - Size Standard of $25 Million 236220 Commercial and Institutional Building Construction � Size Standard of $45 Million Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangements that will be pursued, if any. Offeror's experience and capability to complete repair/construction contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime�s self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples. Summarize the Prime�s approach to accomplishing multiple, competing requirements of an urgent nature. How many simultaneous abatement / remediation projects has your company done per year over the past three (3) years? How many of the above projects were done as a prime contractor? How many as a subcontractor? What is the average number of abatement / remediation projects you have done per year over the past 3 years? What is your company�s bonding capability - Single? Aggregate? Does your company have any seasonal or other constraints that may hamper your ability to perform this requirement year-round? ARS is also in need of hazardous material testing and sampling services.� These services will be procured separately, concurrently with the abatement, remediation & repair requirement. No contract for abatement, remediation & repair services shall be awarded to the firm that has been or will be awarded the testing and sampling service or its subsidiaries or affiliates. The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach. This notice is for information and planning purposes only. The respondents will not be notified of the results of any review conducted of the capability statements received.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2309a2aac19246b69f5f91fdcdb80462/view)
 
Place of Performance
Address: Beltsville, MD 20705, USA
Zip Code: 20705
Country: USA
 
Record
SN06943103-F 20240125/240123230042 (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.