SOLICITATION NOTICE
K -- Demolition of Temporary Housing Units - SF 1449
- Notice Date
- 9/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Logistics Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
- ZIP Code
- 20472
- Solicitation Number
- HSFEHQ-10-Q-0172
- Point of Contact
- Toye T Hobday, Phone: 202.646.1653, Carolyn A. Abney, Phone: 202-646-4654
- E-Mail Address
-
toye.hobday@dhs.gov, carolyn.abney@dhs.gov
(toye.hobday@dhs.gov, carolyn.abney@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SF 1449 Solicitation September 8, 2010 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information, included in this notice. This announcement constitutes as the only solicitation; quotations are being requested and a written solicitation is attached. HSFEHQ-10-Q-0172 is issued as a Request for Quote(RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This requirement is being procured under Simplified Acquisition Procedures (SAP) and will be set aside for Small Businesses. The NAICS code is 238910. The Federal Emergency Management Agency (FEMA) intends to procure services for the destruction and removal of storm damaged Temporary Housing Units (THU) for the following location: S herwood Current Current Number of Travel Trailers Number of Mobile Homes 2695 N Sherwood Drive (23) (7) Baton Rouge, LA 70814 The services include clearing, destruction and removal of THU's located in the FEMA Staging Yard. Destruction and removal will occur on an as-needed basis, as determined by FEMA. THU's may be travel trailers, park model mobile homes or full-size mobile homes. The "destruction" phase of the work may require removal of hazardous materials (e.g., kitchen, bath, and laundry cleaners, household items such as paints, oils, batteries, etc.) Various recyclable components such as aluminum and copper may have salvage value and FEMA understands that the successful contractor may recycle these materials to their own benefit. Any appliances in the THU's must be destroyed in accordance with state and local laws. It is FEMA's intent that all units are cleared of all hazardous debris, broken down and destroyed, and all components, including the frame, be removed from the site within thirty (30) working days from the date of award. All work must be performed at the site. Site visits are optional and will be scheduled upon request. All requests for site visits must be submitted in writing by email to Toye.Hobday@dhs.gov no later than September 9, 2010 by 5:00pm EST. Please view SF 1449 for details. Personnel: Contractors will be required to provide a valid driver's license photo ID to gain site access. BASIS FOR AWARD: The Government will make award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable factors. In order to be found technically acceptable, the offeror must be capable of providing the services as specified and within the parameters specified. The requirements detailed in this solicitation shall be used as criteria to evaluate offerors. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. The provision at FAR 52.212-2 "Evaluation-Commercial Items" applies to price/technically acceptable factors. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the ORCA website, http://orca.bpn.gov. The following FAR clauses also apply: 52.212-4 "Contract Terms and Conditions--Commercial Items and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items,". FAR provision 52.217-9 also applies to this award. The aforementioned FAR provisions and clauses can be accessed electronically at http://www.arnet.gov/far. Written responses to this RFQ are due by 10:00 AM/EST, 09-15-2010 and may be emailed to Toye.Hobday@dhs.gov. Mailed/Hand delivered responses shall be addressed to Federal Emergency Management Agency, Office of the Chief Procurement Officer, ATTN: Toye Hobday 395 E Street, S.W., PP 5th Floor, Washington, DC 20472. You must send an email to announce that a mailed copy will be received on the due date. Please include all tracking information in that email. Offerors are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database and ORCA. Technical and/or administrative questions must be emailed to Toye.Hobday@dhs.gov and received no later than 10:00 AM/EST, 09-13-2010. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation. Interested parties are responsible for monitoring the site to assure that they have the most up to date information regarding this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/OAM/HSFEHQ-10-Q-0172/listing.html)
- Place of Performance
- Address: Sherwood, 2695 N Sherwood Drive, Baton Rouge, Louisiana, 70814, United States
- Zip Code: 70814
- Zip Code: 70814
- Record
- SN02272474-W 20100910/100908235225-7d60002c073ed8b853f3c98682829496 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |