Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
MODIFICATION

F -- MOLD CLEANING/REMEDIATION TAPR RANCH HOUSE - Attachment

Notice Date
5/7/2015
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
NPS, MWR - MWRO MABO 601 Riverfront Drive Omaha NE 68102 US
 
ZIP Code
00000
 
Solicitation Number
P15PS01140
 
Response Due
5/11/2015
 
Archive Date
5/26/2015
 
Point of Contact
BISSAILLON, JAMES D
 
Small Business Set-Aside
Total Small Business
 
Description
P15PS01140 Amendment 03 Questions and Answers 01 MOLD CLEANING/MITIGATION AT TAPR - COMBINED SYNOPSIS SOLICITATION - RFQ P15PS01140 1. INTRODUCTION: 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; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-81. The solicitation number is P15PS01140, and the solicitation is issued as a Request for Quotation. The NAICS code is 562910; the associated small business size standard is 500 employees. This is 100% set aside for Small Business. *** Site visit to be held Wednesday, May 06, 2015 at 10:00AM Central Time *** Site Visit Address: Tallgrass Prairie National Preserve 2480-B KS HWY 177 Strong City KS 66869 2. DESCRIPTION: Mold Remediation in accordance with the attached Scope of Work. Mold remediation activities will occur in all rooms and on all floors. Known water intrusion sources will be or have been repaired prior to the mold remediation process. Mold remediation efforts will focus on cleaning of the contact surface area, removal and proper disposal of mold-contaminated materials. Mold remediation efforts must not affect the integrity or condition of the building materials throughout the site except where allowed by the NPS (ie. mold impacted wallpaper). Prior approval by the Contracting Officer ¿s Representative (COR) is required. Cleaning chemicals and cleaning media utilized during the mold remediation process must be approved by the COR prior to their use. It will be the responsibility of the mold abatement contractor to ensure the health and safety of personnel in the work area at all times. At the issuance of this scope of work, mold remediation activities are limited to interior building surfaces and specific items and do not include inside ceiling, wall, or floor interior cavities. No wallpaper shall be removed. Repair of damages to building materials, if incurred during abatement activities, will be the responsibility of the mold abatement contractor and at the discretion of the COR. The estimated quantities provided in these guidelines are for estimation purposes only and should not be relied on wholly. It is the responsibility of the mold abatement contractor to verify these quantities prior to conducting the work. Complete Scope of Work included with this Combined Synopsis Solicitation as an attachment. 3. DELIVERY TERMS: Work is to be completed within 14 days of the Notice to Proceed. 4. PROVISIONS AND CLAUSES: (Also included as an attachment) 52.204-7 System for Award Management. (Jul 2013) 52.212-1 -- Instructions to Offerors -- Commercial Items (Apr 2014) 52.212-2 EVALUATION-COMMERCIAL ITEMS (Oct 2014) 52.212-4 Contract Terms and Conditions - Commercial Items. (Dec 2014) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items. (Apr 2015) 52.222-41 Service Contract Act of 1965. (May 2014) 52.243-1 Changes - Fixed-Price. (Aug 1987) 52.246-4 Inspection of Services - Fixed-Price. (Aug 1996) ADDENDUM TO FAR 52.212-4 52.222-42 Statement of Equivalent Rates for Federal Hires. (May 2014) 52.252-2 Clauses Incorporated by Reference. (Feb 1998) AUTHORITIES AND DELEGATIONS (SEPT 2011) DOI TEXT MESSAGING Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving (October 2009) 52.232-40 ¿ Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) DOI Local Clause - Electronic Invoicing and Payment Requirements - Invoice Processing MINIMUM WAGES UNDER EXECUTIVE ORDER 13658 (JANUARY 2015) The full text of a solicitation provision may be accessed electronically at: http://farsite.hill.af.mil/vffara.htm 5. SUBMITTING QUESTIONS/OFFERS: Offers must include complete specifications of the services offered, delivery terms, and applicable warranty information. Any questions regarding this solicitation must be submitted via email to the point of contact below. Questions must be asked early enough to afford a reasonable amount of time to obtain a response prior to solicitation due date. OFFERS ARE DUE NO LATER THAN MAY 11, 2015, 8:00 AM CENTRAL TIME. To receive an award as a result of this solicitation, the offeror must have an active registration in the System for Award Management (SAM.gov). All inquiries shall be directed to the Contract Specialist: James Bissaillon National Park Service MWR MABO Phone: 402-661-1690 Email: james_bissaillon@nps.gov Offers must include: 1.Technical Strategy: Describe how you will perform the work to complete the project 2.Previous Experience: Describe two similar projects completed during the last three years 3.Past Performance: Provide contact information for the persons responsible for accepting the work described in the Previous Experience section (Name, phone number, email address) 4.Price: Complete and return the Price Breakdown Worksheet by filling in the Unit Price and verifying the totals. Offers also must be accompanied by the following information: Date: Name of Firm: Contact Name: Address: Telephone Number: Fax Number: Email Address: DUNS Number: CAGE Code: Offers will be accepted via email only. Submit offers/questions to: james_bissaillon@nps.gov All responsible sources may submit an offer, which will be considered by the Government. A firm-fixed price award will be made to the responsive, responsible offeror providing the best value to the government. 6.0 Miscellaneous: oAttachments included with this Combined Synopsis Solicitation oP15PS01140 Document Version Combined Synopsis Solicitation RFQ oP15PS01140 Price Breakdown Worksheet oP15PS01140 TAPR Mold Remediation Clauses oP15PS01140 TAPR Mold Remediation Scope of Work oWage Determination 05-2215 Rev-17 The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P15PS01140/listing.html)
 
Record
SN03723368-W 20150509/150507234719-935952bde00887cab26f2591f0c5feba (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  © 1994-2020, Loren Data Corp.