Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 22, 2024 SAM #8243
SOURCES SOUGHT

F -- MOLD REMEDIATION AND RESTORATION AT JOINT BASE ANDREWS

Notice Date
6/20/2024 9:21:48 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
FA2860 316 CONS PK JB ANDREWS MD 20762-7001 USA
 
ZIP Code
20762-7001
 
Solicitation Number
FA286024Q4022
 
Response Due
7/1/2024 1:30:00 PM
 
Archive Date
07/16/2024
 
Point of Contact
Mara Scally, Alexis Huggins
 
E-Mail Address
mara.scally@us.af.mil, alexis.huggins@us.af.mil
(mara.scally@us.af.mil, alexis.huggins@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Joint Base Andrews anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 562910. The size standard is�$25.0 million. This requirement is to provide: all personnel, equipment, tools, materials, vehicles, supervision, and services necessary to perform mold remediation on Joint Base Andrews (JBA) Building 1539. Performance shall be in accordance with all applicable laws, standards, instructions, executive orders, commercial practices. (Please see attached the DRAFT Performance Work Statement for more information.) We are interested in a small sized business that is capable of meeting this requirement.�Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. �The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.� All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services. �Contractor is required to provide all management and labor required for the operation and management of the required services. �If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. �The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. �Recent, relevant experience in all areas should be provided. �Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any other related details.�The response must not exceed 2 pages. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. �The Government will use this information in determining its small business set-aside decision. NOTE: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. All responses to this notice are to be submitted by�04:30 PM Eastern Standard Time, on 1 July 2024.�Responses will be accepted via electronic means only to mara.scally@us.af.mil and�alexis.huggins@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8ffd92ea53d442ba8bcd7223e73cbc49/view)
 
Place of Performance
Address: JB Andrews, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN07103455-F 20240622/240620230115 (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.