SOURCES SOUGHT
P -- IDIQ - Hazmat Testing and Demolition of Bunkers - Youngstown, NY
- Notice Date
- 3/4/2024 6:41:35 AM
- Notice Type
- Sources Sought
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- W7NR USPFO ACTIVITY NY ARNG LATHAM NY 12110-2224 USA
- ZIP Code
- 12110-2224
- Solicitation Number
- 12094091
- Response Due
- 3/15/2024 11:00:00 AM
- Archive Date
- 03/30/2024
- Point of Contact
- Meghan Sheridan, Phone: 5187864746, Melissa Santoro, Phone: 5187864740
- E-Mail Address
-
meghan.a.sheridan.civ@army.mil, melissa.santoro2.civ@army.mil
(meghan.a.sheridan.civ@army.mil, melissa.santoro2.civ@army.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- THIS SOURCES SOUGHT IS POSTED AT THE SAM.GOV WEBSITE � READ CAREFULLY. The USPFO for New York Purchasing and Contracting Office, intends to issue a Request for Quotation to award a single 5-year firm-fixed-price services Indefinite Delivery Indefinite Quantity (IDIQ) at Youngstown Local Training Area (YLTA) Youngstown, New York for Demolition and Related Hazardous Materials Testing Services under NAICS 238910. This sources sought is issued for informational and planning purposes only. There is no bid package or solicitation. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. The purpose of this synopsis is to gain knowledge of potential sources for this including interested Small Business vendors. Capabilities: Seeking qualified, self-performing vendors and interested parties in any of the following categories: U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUB Zone, SBA certified Service Disabled Veteran-Owned Small Business (SDVOSB), SBA certified Women Owned Small Business (WOSB) and SBA certified Economically Disadvantaged Women Owned Small Businesses (EDWOSB) sources with current relevant qualification, experience, personnel, and capability of providing testing for hazardous material and demolition of up to 44 bunkers. All work is to be performed at 1525 Balmer Rd., Youngstown, NY 14131. Work could include hazardous material testing on three samples for all bunkers (two outside and one inside) for a total of 132 samples and submit report to government representative once receiving results on testing. �Remove bunkers and all visible items shall be identified, demolished, and removed from site. Examples include loose and embedded metal, elevated concrete, abandoned equipment, poles and electrical/mechanical systems in and around the specified demo sites.� Concrete floor slab to remain.� Foundation walls to be demolished to 8� below grade or removed.� All excavations and holes in the demolition area shall be filled with #2 crushed rock and brought to grade. Further specifications will be defined in the Performance Work Statement (PWS) when an RFQ is issued. All Small businesses who believe they can responsibly perform this requirement should complete and submit the attached ""Sources Sought Information Request Form� to the Contracting Officer/Specialist no later than 15 March 2024 11:00am EST.� �Information shall be provided via email only to the Contract Specialist and Contracting Officer: Meghan.A.Sheridan.civ@Army.Mil and Melissa.Santoro2.civ@Army.Mil.� Include the following in the subject line: Sources Sought W912PQ24Q0009.� No facsimile responses will be honored.�This notification, which shall not exceed five typewritten pages, must include: A positive statement of intent to offer a quote with capabilities. A completed and signed Source Sought Information Request Form. Any documents attached shall be Microsoft Word document or Portable Document Format (PDF) document Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. Notes: FAR Clause 52.219-14 LIMITATIONS ON SUBCONTRACTING paragraph (c)(1) which states by submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for (1) ""Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern"". All contractors must be registered in the System for Award Management (SAM) with DFARS Representations and Certifications completed, in order to receive a contract from any DOD activity. Contractors may access the SAM website at: https://www.sam.gov//to register and/or obtain information about the SAM program. This sources sought is issued for informational and planning purposes only. Reponses will not be returned. The information will be used to conduct market research to identify qualified, experienced, and interested potential sources and commercial practices in support of the government's requirements. Respondents will not be notified of the results of the evaluation. The Government does not intend to award a contract based on responses received under this announcement. Contact with Government personnel, other than those specified in the sources sought, by potential offerors or their employees regarding this requirement is not permitted. This is not a request for proposal, request for quote, nor invitation for bid. It is not to be construed as a formal solicitation or an obligation on the part of the government to acquire any products, construction, or services. The information requested by this RFI will be used within the New York National Guard to facilitate decision making and will not be disclosed outside the Federal Government. Any information provided to the government is strictly voluntary and will be provided at no cost to the government. The Government reserves the right to decide whether or not a small business set aside, or a specific socioeconomic status set aside, is appropriate base on response to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/39b739cfbf4f42f7a2692553305c7077/view)
- Place of Performance
- Address: Ransomville, NY 14131, USA
- Zip Code: 14131
- Country: USA
- Zip Code: 14131
- Record
- SN06985127-F 20240306/240304230048 (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 |