COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26, 2001 PSA #2775
SOLICITATIONS
B -- ASBESTOS/LEAD SURVEY AND ASBESTOS ABATEMENT SERVICES
- Notice Date
- January 24, 2001
- Contracting Office
- US Army Engineer District, Honolulu, Building 230, Attn: CEPOD-CT, Fort Shafter, HI 96858-5440
- ZIP Code
- 96858-5440
- Solicitation Number
- DACA83-01-R-0007
- Response Due
- March 15, 2001
- Point of Contact
- Jennifer Ko, (808) 438-8584
- E-Mail Address
- click here to contact the contract specialist via (jennifer.ko@usace.army.mil)
- Description
- 1) CONTRACT INFORMATION: The U.S. Army Corps of Engineers, Honolulu Engineer District intends to issue a Small Business Set-Aside solicitation for Indefinite-Delivery Indefinite-Quantity (IDIQ) Services Firm Fixed Price (FFP) and Construction Contract for Asbestos/Lead Survey and Abatement Services for Honolulu Engineer District Area of Responsibility. The required service may include but not be limited to projects in Hawaii, American Samoa, Guam, Commonwealth of the Northern Mariana Islands, Kwajalein Atoll, and other Pacific Islands. The contractor will be required to obtain and maintain Defense Base Act insurance coverage for work outside of the State of Hawaii. Any construction work associated with asbestos/lead survey or abatement services performed by the contractor may require the contractor to obtain payment/performance bonds. The North American Industry Classification System (NAICS) code for this procurement is 562910; small business size standard is 500 employees. The duration of the contract will initially be a 12-month period (base year) with options for three (3) additional years. Award of more than one contract may be as a result of this solicitation. For each contract awarded under this solicitation, the Government will order, and the contractor must furnish not less than $40,000.00 worth of services during the base contract period and not less than $20,000.00 worth of services during each option period. The contractor under each contract awarded under this solicitation must furnish any additional quantities worth of services requested by the Government, not to exceed $2,000,000.00 during the base or any option period. There will be no minimum task order amount restrictions under any contract awarded under this solicitation. The maximum amount of any task order will not exceed $2,000,000.00. The Government may exercise a contract option before the expiration of the base contract period or preceding option period if the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. The procedures and the selection criteria that the Government will use to provide all awardees under the solicitation with a fair opportunity to be considered for each order will be published in the solicitation and incorporated into each contract. Contract award will be made to the offeror whose proposal represents the best value to the Government, considering both price and technical factors. Price and the technical factors will be given approximately equal weight when evaluated. 2) PROJECT INFORMATION: This IDIQ contract will provide for asbestos surveys, asbestos abatement, asbestos related training, asbestos management plans, lead risk assessment, lead based painting abatement, lead contamination studies, investigations, and remedial activities for buildings, structures, or other real property. 3) SELECTION CRITERIA: Contractors may be selected and awarded without discussions. Technical evaluation factors are as follows: (a) the offeror's corporate experience and technical competence in asbestos survey and abatement projects and lead survey and abatement projects; b) past performance; and (c) management experience, capability and organization. 4) SOLICITATION INFORMATION: Solicitation to be issued on or about February 9, 2001. Solicitation will be available for a non-refundable charge of $67.92 per solicitation on Compact Disks-Read Only Memory (CD-ROM). Solicitation documents shall be requested through any one of the following methods: a) mail request to: Document Automation & Production Service, ATTN: Army Corps Solicitation, 1025 Quincy Ave., Suite 200, Pearl Harbor, Hawaii 96860-4512; b) via courier service (Fedex, UPS, etc.) to: Document Automation & Production Service, ATTN: Army Corps Solicitation, Pearl Harbor Naval Base Building 550, Pearl Harbor, Hawaii 96860; or c) via facsimile (if paying by credit card) to (808) 473-2604. Requests must state company name, address, telephone number, facsimile number, solicitation number, and project title. Envelope front must show the solicitation number. Checks shall be made out payable to the Superintendent of Documents. Provide separate check for each project requested. Checks containing payment for multiple projects will be returned to requestor without action. Facsimile requests must state (1) the above required company information, and (2) cardholder's name, account number, and card expiration date. VISA, MasterCard and Discovery Card are the only credit cards accepted. Firms requesting air express service shall furnish completed airbills showing recipient's name, company name, telephone number, company billing account number, and type of delivery required. Firms with foreign delivery addresses shall provide completed commercial or corporate invoices in addition to the completed airbills. Failure to supply completed airbills and commercial or corporate invoices (if applicable) will result in solicitation documents being sent via regular U.S. mail, no exceptions. Failure to provide any of the foregoing information, documents, and/or payment may delay mailing of solicitation documents. SUMMARY: 1. Send all requests and payments to the Defense Automated Printing Service (DAPS) as addressed above. Do not send to the U.S. Army Engineer District, Honolulu. 2. Solicitation documents will no longer be available for purchase over the counter from the U.S. Army Engineer District, Honolulu. 3. Provide separate check for each project requested. Make checks payable to the Superintendent of Documents. 4. DAPS will accept requests for solicitation documents via mail, courier service, or facsimile in accordance with the above instructions. Solicitation documents are not available for purchase or pick-up over the counter at DAPS. 5. Allow up to five days from the date DAPS receives requests for solicitation documents to be mailed out. 6. Address inquiries regarding issuance of solicitations, amendments, and plan holder listings to DAPS at (808) 473-4960. Address technical and all other inquiries to the points of contact identified in this document. Firms with internet access are requested to obtain plan holder listings from DAPS website http://www.hawaii.wnbt.daps.mil/ARMY/corps.htm. Project information, to include solicitation issue dates, closing dates, etc., can be obtained from the Honolulu Engineer District website http://www.poh.usace.army.mil/pohct.
- Web Link
- Honolulu Engineer District Contracting Home Page (www.poh.usace.army.mil/pohct)
- Record
- Loren Data Corp. 20010126/BSOL001.HTM (W-024 SN50B7C7)
| B - Special Studies and Analyses - Not R&D Index
|
Issue Index |
Created on January 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|