Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2011 FBO #3470
SOLICITATION NOTICE

Z -- Asbestos Abatement Requirements Contract

Notice Date
5/24/2011
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
FA4497-11-R-0009
 
Archive Date
9/30/2011
 
Point of Contact
Sequoyah Guinn, Phone: 302-677-5214, Christine E Murphy, Phone: 302-677-5012
 
E-Mail Address
sequoyah.guinn@dover.af.mil, christine.murphy@dover.af.mil
(sequoyah.guinn@dover.af.mil, christine.murphy@dover.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a synopsis/pre-solicitation notice only and not the actual solicitation, which will be issued on or after 8 June 2011. The project consists essentially of, but is not limited to the removing and disposing of asbestos containing materials from various facilities on Dover Air Force Base, Delaware. All items to be demolished under this project shall be considered to contain asbestos material or to be contaminated with asbestos. Work will be accomplished in both occupied and unoccupied facilities. This solicitation is a Request For Proposal and is issued as a set aside for Small Business firms registered with the Small Business Administration (SBA) in the Standard Industrial Code (SIC) 1799 and North American Industry Classification System (NAICS) Code 562910. The SBA will determine the eligibility of the firm for award of the contract based on the list of qualified Small Business Concerns maintained by the SBA. Eligibility is based on Small Business program criteria to be determined by the SBA at the time of submission of initial offers which includes price and past and present performance. All firms must be registered with the Contractor Registration (CCR) in order to receive award. http://www.ccr.gov. Information to register can be found on the internet at http://www.ccr.gov/ or telephone 1-888-227-2423. All responsive offers will be considered by agency. All offers will be evaluated utilizing best value procedures. The Contractor must be licensed as required by the State of Delaware for the purpose of removal, encapsulation, enclosure, demolition, and maintenance of structures or components covered by or composed of asbestos-containing materials. In accordance with Delaware Code, Title 16, para 7803, and the Delaware Asbestos Regulation, it shall be unlawful for any contractor or professional service firm to engage in or offer to engage in abatement projects within the State unless such Contractor or professional service firm has been duly certified for asbestos abatement under the provisions established by the State of Delaware, Department of Administrative Services. Offerors will be required to submit proof of this certification/license at the time of submission of any offer. Contractors not certified for the purpose of removal, encapsulation, enclosure, demolition and maintenance of structures or components covered by or composed of asbestos-containing materials by the State of Delaware at the time of submission of a proposal, including prices and past and present performance, shall not be considered for award. If a joint venture or other arrangement is contemplated, the above applies to all firms involve in the arrangement. All qualified responsive offerors will be considered by the agency. This solicitation will result in an indefinite delivery type requirement contract. Estimated contract performance period is for a base period with four 12 month option periods which may be exercised at the Government's option. The base period project magnitude is one (1) initial contract period and four (4) 12 month option periods that may be exercised at the option of the Government. The base project magnitude is between $250,000 and $500,000. Option year one magnitude is between $250,000 and $500,000, option year two magnitude is between $250,000 and $500,000, option year three project magnitude is between $500,000 and $1,000,000 and option year four magnitude is between $500,000 and $1,000,000. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. The approximate issue date will be 8 June 2011. The entire solicitation including the specifications will be made available ONLY on the Electronic Posting System (EPS) website at (http://www.eps.gov). The solicitation can be found by following the links on the EPS website to: DoD, Department of the Air Force (USAF), Air Mobility Command, 436th CONS, Dover Air Force Base. Paper copies will not be made available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. All prospective offerors interested in submitting a proposal on the solicitation must have a Commercial And Government Entity Code (CAGE Code). Telephone and faxed requests will not be honored Interested parties should submit their company name, mailing address, point of contact, phone number, fax number, email address for inclusion on the official list of interested parties. Questions about this acquisition should be emailed to Ms Sequoyah Guinn, Contract Specialist at sequoyah.guinn@dover.af.mil 5352.201-9101 Ombudsman. (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) ****DISCLAIMER: This service is provided for convenience only and does not serve as a guarantee of notification. Subscribers to this list service are ultimately responsible for reviewing the EPS Business Opportunities site for all information relevant to desired acquisitions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/FA4497-11-R-0009/listing.html)
 
Place of Performance
Address: 639 Atlantic Street Dover Air Force Base, DE, Dover, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN02456022-W 20110526/110524235107-4166b9479e70511c6cf18622ed2724a7 (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 |
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.