Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2024 SAM #8283
SOLICITATION NOTICE

F -- Mold Remediation Services BLDG 89

Notice Date
7/30/2024 6:51:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
12405B24Q0372
 
Response Due
8/9/2024 2:00:00 PM
 
Archive Date
08/24/2024
 
Point of Contact
Lynn Hults, Phone: 9124649723
 
E-Mail Address
lynn.hults@usda.gov
(lynn.hults@usda.gov)
 
Description
Solicitation extended to facilitate some questions being answered. Q1:�Are there alternative entrances and exits for people to use when the front entry is being remediated? A1:�The building has 2 side doors that can be used instead of the front. However, this is for employees and we might have some issues with visitors. If needed, we can accommodate the use of the side doors for a short period of time. Q2:�Is there an alternative entrance for the area where Room 136 is being remediated? A2:�Yes, a side entrance to the main hallway but only one door to enter room 136. Q3:�Is there an alternative restroom/locker room for Women? A3:�There are other women bathrooms but no other women�s locker with showers in the main building. Q4:�Have you coordinated the AC Repairs once remediation is completed? A4:�Working on it Q5:�Have any construction repairs been awarded � or will the remediation need to include the put-back? A5:�Working on a resealing project for next FY Q6:�Is the lab usage on a fixed schedule, or are there alternative areas for the scientists to work while remediation is being completed? A6:�This can be scheduled as needed. Q7:�Can remediation be scheduled over the weekend? A7: No. Q8:�Is there a storage area for clean contents, or will a storage unit need to be rented? A8:�What size of storage is needed? We might be able to accommodate this but Ill need more specifics. Q9:�Which occupation code is to be used on the wage determination? A9: These codes are determined by the prospective vendor. The wage rates are provided for you. We will not tell you how and who for the job. Q10:�One of the scientists mentioned that Room 117 also had water damage but was not on the Remediation List, is this something that will be added? A10: No Q11:�How will any additional scope be handled? Will there be change orders allowed for any new discovery? Many times there is additional hidden damage when it comes to Mold. A11: Changes would be address on a case by case basis. Change orders are issued if needed after we determine the need. Q12:�Do the personnel and leadership have preferences when it comes to scheduling? ie all remediation being completed at once or being spaced out or in stages? A12:�Work schedule is stated in the PWS.. Q13:�Is there an area for a dumpster? A13: Yes. Q14:�During the site visit, our team identified the following additional rooms that were not included in the original government solicitation but need to be remediated: A14:�We will not add additional areas to this project. Q15:�Which of the two options would be more convenient for the client? (Please see below) Business/work Interruption: To proceed with mold remediation and a timeline of the project, the client would have to choose if they would like to continue working as much as they can in the building while remediation is being performed, which would imply that the project would need to be coordinated in stages or completely vacate the premises to remediate.�� A15:��Work cannot stop so it should be scheduled around people. If the work will be for a day or two in a specific area, we could arrange that no one is in that room for that time frame. Q16:�Is the tech/vendor going to be contacted and contracted by the client in this regard?(please see below) HVAC system: As a part of the remediation process the HVAC system and the technician/vendor in charge of maintenance, has to be on site to operate it (since it has to be turned off and back on) and possibly cleaned during the project, especially if the client decides to do the project by stages. A16:�We will have someone on hand for the HVAC system. Q17:��There were several other rooms that contained mold that were not outlined in the originally provided reports. The reports outlined 13 rooms but a total of 27 rooms contained degrees of mold. Should we include those areas in the mold remediation and our proposal? A17:�the mold assessment report was a comprehensive study that provided areas that need immediate remediation. We will stick to the areas identified on the assessment report. A second site visit has been scheduled for 08/06/2024 at 08:30 AM EST. Please provide the names of personnel requesting to attend and the name of the company which they represent to lynn.hults@usda.gov by 08/05/2024 2:00 PM CST. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.. Solicitation number 12405B24Q0372 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated NAICS code is 562910 (Environmental Remediation Services) with a small business size standard of 1,000 Employees. USDA, ARS, SHRL 13601 Old Cutler Road Miami, Fl 33158 Is looking for procurement of Mold Remediation Services BLDG 89 which fits with the associated Statement of Work. The Government anticipates award of a Firm Fixed Price contract. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered services meet all parts of the Statement of Work. Also, please provide past performance information. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping if required). A site visit has been scheduled for July 24, 2024, at 08:30 EST. Please provide the name of the company and the names of personnel requesting to attend to lynn.hults@usda.gov by July 23, 2024, by 3:00 PM CST. Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. ""LPTA"" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price, and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-14 Service Contract Reporting Requirements; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.242-15 Stop-Work Order; FAR 52.243-FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.243-1, Alternate 1, Changes � Fixed Price; FAR 52.243-4 Changes; FAR 52.249-2 Termination for Convenience of the Government (Fixed Price); 52.252-2 Clauses Incorporated by Reference. � To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A UEI (Unique Entity ID) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than July 30, 2024, 4:00pm Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than 2:00 PM CST on Friday July 26, 2024. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b0653ae4cd75496c93d2b68940351034/view)
 
Place of Performance
Address: Coral Gables, FL 33158, USA
Zip Code: 33158
Country: USA
 
Record
SN07148416-F 20240801/240730230115 (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.