Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
MODIFICATION

Z -- Shoshone NF Mold Remediation

Notice Date
2/1/2018
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, Regional Office, 1617 Cole Blvd, Lakewood, Colorado, 80401, United States
 
ZIP Code
80401
 
Solicitation Number
1282X918R0003
 
Archive Date
3/20/2018
 
Point of Contact
Kim Luft, Phone: (303)275-5405
 
E-Mail Address
kluft@fs.fed.us
(kluft@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; contractor proposals are requested. • The solicitation number is 1282X918R0003 issued as a request for proposal (RFP). • The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2005-96 Effective November 6, 2017. • The FAR provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. In addition, offerors will include with their offer a completed copy of the FAR provision 52.212-3, Offer Representations and Certifications - Commercial Items. The FAR clauses 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, also apply to this acquisition. • This acquisition is a 100% Small Business set-aside. The associated NAICS code 562910 - Environmental Remediation Services with a small business size standard of 750 employees. • Government anticipates awarding a one-time Firm-Fixed Price Contract. Summary Work for this project consists of furnishing labor and equipment necessary to abate the mold currently existing at the Forest Service dwelling. It includes removing contaminated materials that cannot be cleaned, cleaning the materials that can successfully be cleaned, and then providing a final air clearance to show that the mold levels at the site are at Control or Not Elevated readings. It entails sealing the levels, and rooms that can be isolated from additional contamination during the abatement processes. It also includes pre-cleaning, creating a negative pressure environment, and providing appropriate protection for personnel doing the work. Location This project is located at the Sunlight Ranger Station off County Road 7GQ (Sunlight Road). From Cody, Wyoming take State Highway 120 16 miles north to Wyoming take State Highway 296 (Chief Joseph), travel northwest approximately 25 miles to County Road 7GQ, travel west for 8 miles to the Sunlight Ranger Station. The project is located in the SW corner of Section 19, Township 55 N, Range 105W. Description of Work 1) This project consists of mold remediation in the basements of the Sunlight Ranger Station rental cabin and bunkhouse. 2) Work for this project shall consist of removal of doors, door jambs and casings, and wood baseboard. Dry remaining building finishes to background levels of 15% or less. 3) Project could require removal of damaged plaster wall surfaces, if present. Following the removal of plaster wall finishes, a complete cleaning and disinfecting of all remaining materials and surfaces in the basements that had been affected by the water intrusion should occur. This includes sanding, HEPA vacuuming, cleaning and disinfecting of all remaining concrete, metal lath, plaster and wood wall framing materials. 4) Reinstall doors, door jambs and casings, wood baseboard and replacement of lath and plaster with oriented-strand-board wall sheathing. 5) After final cleaning and remediation is done, air needs to be tested to prove the dwelling is left is a safe condition. Permits Special permits required by County, State, or Federal laws or regulations shall be obtained by the Contractor. Pre-bid Meetings A site walk through is scheduled for Feb 6, 2018 at 1000 MST. Coordinate attendance through the COR, Tim Elder, Engineer, R2,Shoshone NF, Wapiti RD at 307-578-5231 or tjelder@fs.fed.us. Contract Time Work shall be completed no later than 20 calendar days after effective date of NOTICE TO PROCEED, subject to such extensions as may be authorized. Government-Furnished Property The Government will provide electricity and water. Basis for Award The provision at 52.212-2, Evaluation-Commercial Items, applies. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:  - Past Performance  - Technical Capability  - Price  - Bio-based Purchasing - In the performance of this contract, the contractor shall make maximum use of bio-based products that are United States Department of Agriculture (USDA)-designated items. http://www.biopreferred.gov. The contractor must comply with Section 9002 of the Farm Security and Rural Investment Act of 2002 (FSRIA), Executive Order (EO) 13423, "Strengthening Federal Environmental, Energy, and Transportation Management", and the Federal Acquisition Regulations to provide green products. All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable; include the exclusive use of bio-based, recycled content, energy star, and environmentally preferable products. Technical and past performance, when combined, are approximately equal to price. Offers Due: The date, time and place offers are due: March 5, 2018 0900 MST to kluft@fs.fed.us or to: USDA Forest Service Rocky Mountain Region, AQM Dept. Attn: Kim Luft, Contracting Officer 1617 Cole Blvd. Bldg 17 Lakewood, CO 80401 NO FAXED PROPOSALS WILL BE ACCEPTED. ALL QUESTIONS MUST BE SUBMITTED IN WRITING BY COB FEB 15, 2018 TO KLUFT@FS.FED.US
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/1282X918R0003/listing.html)
 
Place of Performance
Address: Sunlight Ranger Station, Cody, Wyoming, 82414, United States
Zip Code: 82414
 
Record
SN04807069-W 20180203/180201231541-b263f13ce12039a8f1e12c7e82ca7c4e (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.