Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2011 FBO #3646
MODIFICATION

Z -- Asbestos Abatement and Mold Remediation Services

Notice Date
11/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
GS-07P-12-HHD-0009
 
Archive Date
12/9/2011
 
Point of Contact
Trevor A. Simon, Phone: 8179780122
 
E-Mail Address
trevor.simon@gsa.gov
(trevor.simon@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT SYNOPSIS announcement. This market survey is for information only and will to be use for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The General Services Administration (GSA) - Greater Southwest Region has been tasked to solicit for and award an indefinite delivery, Indefinite Quantity (IQ) contract for Asbestos Abatement and Mold Remediation services. Proposed project will be a Firm Fixed Price contract. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code (562910) should not submit a response to this notice. Small Business Size Standard for this acquisition is $14 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least majority percent of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under the sources sought synopsis. A determination by the Government not to compete this requirement as a set-aside based upon responses to this Notice is solely within the discretion of the Government. GSA- Greater Southwest Region intent is to award two IQ contracts. Contractor one (1) primary areas would be Arkansas, Louisiana and parts of East Texas. Contractor two (2) primary areas would be Oklahoma, New Mexico, Texas/New Mexico border areas, Dallas/Fort Worth, and South Central Texas. The successful contractors shall have the capability to perform Asbestos Abatement and Mold Remediation services work at several sites simultaneously and handle large projects. It is possible to have more than one project in progress at any one given time or location within that state during the term of the contract. Contractors shall have the capability to respond rapidly on an emergency as-needed basis. Projects will primarily involve Asbestos Abatement and Mold Remediation in Government-owned; GSA controlled or leased buildings, but may also include selective demolition and/or restoration, including re-insulation, re-installation of ceiling, lighting, etc. Additionally, projects may require the contractor to make site surveys, to provide determination for confirmation of asbestos scope of work on site, to take bulk samples of suspected asbestos containing materials (i.e., ACM), and prepare reports on the results of the site surveys. The Asbestos Abatement and Mold Remediation IQ Contract would be for a period of one (1) year from Notice to Proceed, with four 1-year options, not to exceed five years. The maximum ordering limitation is up to $1,200,000.00 (One million two hundred thousand) per year. The guaranteed minimum shall be $1000.00 for the base year ONLY. A bid guarantee will be required in the amount of $200,000.00. Interested sources are requested to submit an email detailing qualification, capabilities, experience for providing these services, and which areas you can provide the requested services. Sources must sufficiently demonstrate the capability to perform these services and must provide detailed experience and qualifications in all previous work pertinent to this effort. Please include your business size and small business category with your submittal. Submit responses to this notice to trevor.simon@gsa.gov by 4:00pm CST on November 25, 2011. Please note: All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database, www.ccr.gov and in On-line Representations and Certification Application, www.orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-12-HHD-0009/listing.html)
 
Record
SN02624667-W 20111118/111116234706-545b437ae8e382775782ba8458ec26d1 (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.