SOLICITATION NOTICE
F -- Hazardous Materials Abatement Construction Indefinite Delivery Indefinite Quantity, Joint Base Elmendorf-Richardson
- Notice Date
- 3/6/2024 1:20:11 PM
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- FA5000 673 CONS LGC JBER AK 99506-2501 USA
- ZIP Code
- 99506-2501
- Solicitation Number
- FA500024B0003
- Response Due
- 3/21/2024 2:00:00 AM
- Archive Date
- 04/05/2024
- Point of Contact
- Cassandra Woodard, Phone: 9075525337, Sheng Morris, Phone: 9075525288
- E-Mail Address
-
cassandra.woodard@us.af.mil, sheng.morris@us.af.mil
(cassandra.woodard@us.af.mil, sheng.morris@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Subject: ** This is the official Pre-solicitation/ Synopsis for the subject project. - Place of Performance: Joint Base Elmendorf-Richardson, AK - DESCRIPTION: The 673d Contracting Squadron is contemplating an Indefinite Delivery, Indefinite Quantity (IDIQ) construction award for Hazardous Materials Abatement Construction on Joint Base Elmendorf Richardson (JBER), Alaska in accordance with (IAW) the Statement of Work (SOW), specifications and drawings. The project involves HAZMAT sampling, testing, abatement, and remediation for facilities on JBER. Broad range of work to prepare remediation plans and abatement strategies to support the maintenance, repair, alteration, and clean-up of real property on JBER. Variety of trades including, but not limited to, limited scope demolition and repair of facility components, structural members, architectural features, systems, and finishes; and mechanical, electrical, and plumbing features and systems incidental to remediation plans and abatement strategies. � Where required, HAZMAT sampling, testing, abatement, and remediation to include developing, implementing, and executing remediation plans with abatement strategies, work plans, and estimates to accomplish task orders awarded under this contract. Work is to be performed IAW current federal, state, local, and JBER specific codes, regulations, ordinances, design and construction standards, and environmental specifications whether included or referenced. HAZMAT remediation and abatement is to be performed IAW the specifications within the contract and shall submit for approval, modified Unified Facilities Guide Specifications (UFGS) as required. Follow and abide by, but not limited to, the Unified Facility Criteria, other UFCs as referenced or applicable, and referenced industry codes.� - The contractor shall perform all labor, materials, equipment, tools, vehicles, and personnel necessary to perform work to be identified in (SOW�s). - Please see current DRAFT SOW attached to this notice. - NAICS: 562910 - It is anticipated that this will be a 100% Small Business Set-Aside with a size standard of $25M - PSC/FSC: F108 - Please direct any questions or concerns pertaining to the project to the POC�s provided below: Sheng Morris sheng.morris@us.af.mil 907-552-5288 Qian Gao qian.gao.1@us.af.mil 907-552-6771 Contracting Office Address: 10480 Sijan Ave, Suite 222 Joint Base Elmendorf-Richardson, Alaska 99506 United States Place of Contract Performance: Joint Base Elmendorf?Richardson Anchorage, Alaska 99506 - Please see current DRAFT SOW - Attachment 1 to this notice. - CLIN Structure ����� CLIN 0001- Contractor shall provide all labor, plant, materials, equipment, tools, supervision ���� �and transportation necessary to perform Hazardous Material Sampling and Testing ����� (Reference) 1.5 Basic Testing and 1.6 Test Reports. ����� CLIN 0002 � Contractor shall provide all labor, plant, materials, equipment, tools, ����� supervision and transportation necessary to provide Hazardous Materials Abatement and ����� Remediation (Reference) 1.7 Remediation/ Abatement Plan. - Place of Contract Performance: Joint Base Elmendorf Richardson � � � �Anchorage, Alaska 99506 - Set-aside Status:� � � � i.� Acquisition is being offered for competition limited to eligible Small Business participates. � � ��ii.�North American Industry Classification System (NAICS) code: 562910 � � � � � It is anticipated that this will be a 100% Small Business Set-Aside with a size standard of � ������� ��$25M. � ���iii.� Eligibility to participate may be restricted to 100% Small Business Set-Aside participates � ����������� in either�the developmental stage or�the developmental and transitional stages; and � � �iv.� �Interested 100% Small Business Set-Aside participates may request a copy of the ��������� ��solicitation as�expeditiously as possible since the solicitation will be issued without ��������� ��further notice upon SBA�acceptance of�the requirement for the section 100% Small ���������� �Business Set-Aside program. - In accordance with (IAW) FAR 36.204(g), Disclosure of Magnitude of Construction Projects, the�estimated price range of this project is between $5,000,000 and $10,000,000.� �� - Any prospective sources may submit a bid which shall be considered by the agency. The solicitation package will be available only through Electronic Posting System (EPS) and is anticipated to be posted on or around March 21, 2024 on the SAM.gov web page.�All bids will be due on or about April 22, 2024.� Once the solicitation is posted, it will then become the responsibility of the interested parties to review this site frequently for any updates/amendments to any and all documents. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. To be considered, responsive offerors must register in SAM at https://www.sam.gov/portal/public/SAM/ before submitting an offer. Instructions for registering are available at the SAM website https://www.sam.gov/portal/public/SAM/. Attachments 1. Draft Statement of Work (SOW) - pdf
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/67de194ff0f54da1b43d0abb4a99ca3a/view)
- Place of Performance
- Address: AK 99506, USA
- Zip Code: 99506
- Country: USA
- Zip Code: 99506
- Record
- SN06987402-F 20240308/240306230046 (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 |