SOLICITATION NOTICE
F -- Asbestos, Lead and Mold Abatement Center Wide at the Naval Support Activity, Crane, IN and Glendora Test Facility at Sullivan, IN
- Notice Date
- 5/24/2017
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, PWD CRANE FEAD 300 Highway 361 NSA Bldg 2516 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N4008517R3610
- Archive Date
- 6/22/2017
- Point of Contact
- Debbie Dills 812 854 3234 Annette Taylor 812 854 2673
- E-Mail Address
-
Grimard
- Small Business Set-Aside
- Total Small Business
- Description
- RFP #N40085-17-R-3610, ASBESTOS, LEAD and MOLD ABATEMENT SERVICES AT NAVAL SUPPORT ACTIVITY (NSA), CRANE AND GLENDORA TEST FACILITY, SULLIVAN, INDIANA THIS SOLICITATION WILL BE RELEASED VIA THE INTERNET. This will be the only method for distributing solicitation documents and amendments. THIS SOLICITATION WILL BE AVAILABLE FOR VIEWING AND DOWNLOADING AT THE FOLLOWING WEBSITES: https://www.neco.navy.mil. The official plan holders list will be maintained and can be printed on the website only. Amendments will be posted to the website for viewing and downloading. IT IS THE OFFEROR ™S RESPONSIBILITY TO PERIODICALLY CHECK THE WEBSITE FOR AMENDMENTS. ALL PROSPECTIVE OFFERORS AND PLAN ROOMS ARE STRONGLY ENCOURAGED TO REGISTER ON THE WEBSITE. All contractual and technical questions shall be submitted to Debbie Dills via e-mail at debbie.dills@navy.mil. It is the Government ™s intent to utilize the contract resulting from this solicitation to accomplish The resulting contract will be an indefinite-delivery/indefinite-quantity Requirements (IDIQ) type contract to accomplish asbestos, lead and mold abatement. Work will be performed at the Naval Support Activity (NSA Crane), Crane, Indiana and the Glendora Test Facility at Sullivan Indiana. It is the intention of this solicitation to provide all labor, equipment, tools, supplies, environmental controls, transportation, supervision, quality control, and management necessary to perform center wide asbestos, lead and mold abatement services. The intention of the future solicitation will include the abatement of asbestos, lead and mold services, including but not limited to abatement, encapsulation, removal and disposal of asbestos containing material, removal of lead paint and mold and incidental work in accordance with all applicable federal, state, and local laws, and regulations. The actual amount of work to be performed and the time and place of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written Task Orders to the Contractor. The proposed solicitation will contain provisions for a 12-month base period plus four 12-month option periods, to be exercised at the Government ™s discretion. The contract maximum will be $5.0 million, or 60 months, whichever comes first. The NAICS Code for this solicitation is 562910 Remediation Services, The Small business Size Standard is $20.5 MIL. Low Price-Technically Acceptable simplified acquisition selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued. A Source Sought was issued on 08 March 2017 under Solicitation #N4008517R3610 for responses from 8(a) firms in Region V; Service Disabled Veteran Owned Business; Hub Zone concerns, Women Owned Small Business, Economically Disadvantaged Women Owned Small Business and Small Businesses. The sources sought did not provide two qualified concerns for the classifications listed above. Therefore, this solicitation is issued as a 100% Small business Set-aside. The small business office concurs with the set aside determination. Approximate release date is 08 June 2017 with proposals due no earlier than 30 calendar days after the actual release date. The apparent successful offeror must be registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e8e77e4c437855910a8923cd531624a9)
- Record
- SN04520245-W 20170526/170524234846-e8e77e4c437855910a8923cd531624a9 (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 |