SOLICITATION NOTICE
Z -- Radon Mitigation (144 Units) - Solicitation
- Notice Date
- 8/15/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 18 CONS - Kadena, Unit 5199, Kadena AB, APO Japan, 96368-5199
- ZIP Code
- 96368-5199
- Solicitation Number
- FA5270-18-R-0014
- Point of Contact
- Gina Moriarty, Phone: 6341140, Zane R. Rohwedder, Phone: 634-7729
- E-Mail Address
-
gina.moriarty@us.af.mil, zane.rohwedder.1@us.af.mil
(gina.moriarty@us.af.mil, zane.rohwedder.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 13 - DEAMS YEN EFT Enrollment Form Attachment 12 - DEAMS Instructions for Enrollment Attachment 11 - UFGS 02 82 13 Asbestos Attachment 10 - EPP Submittal Register Guideline Attachment 9 - EPP Template (18WG 01 57 19.00 30) Attachment 8 - UFGS 01 57 19 EPP Supplement Attachment 7 - 18WG 02 83 19.00 30 Lead Abatement Spec Attachment 6 - 18WG 028213.00 30 ACM Supplement Attachment 5 - Building List Attachment 2 - Location Map Attachment 1 - SOW Solicitation FA5270-18-R-0014 General Scope: The Contractor shall furnish all tools, equipment, materials, testing, labor and personnel necessary to plan, design, manage, supervise and construct the project to provide reliable and functional radon mitigation systems for 106 housing units. The Contractor shall also assess and repair, upgrade, or replace existing radon mitigation systems in 38 housing units in order to bring them into compliance with exposure limits. Work includes but is not limited to pre-installation inspection, gathering of relevant site data, and review of existing drawings and radon sampling data. Determine size, location, and configuration of radon mitigation systems to continuously maintain radon levels under 4 picocuries per liter (pCi/L) for each housing unit. Installation: Install new radon mitigation systems in listed homes where radon readings exceeded 4.0 pCi/L. Where possible, mitigation systems shall be completed using active soil depressurization (ASD) techniques and employ sub-slab depressurization (SSD) methods. All installed exterior hardware and components shall be corrosion resistant suitable for coastal marine environments. Provide electrical wire from new suction fan to existing circuit breaker panelboard. New interior conduit shall run above ceiling as much as possible. Repair/Upgrade: Assess design and installations of existing radon mitigation units identified as failing to meet radon exposure limitations. Propose upgrade or new design which will successfully reduce radon readings to less than 4.0 pCi/L. Preparation of Final Report: Upon completion of the installation work, the Contractor shall provide a final report summarizing all field activities including conclusions and recommendations. In addition, the Contractor shall provide (either as an appendix to the final report or a separate report) operations, maintenance and warranty information on installed systems. Include detailed photos of pre-existing conditions, work performed, and final conditions. Photos shall include unit numbers and written descriptions as necessary. Post Testing: Following the installation of radon mitigation systems, perform radon tests in each unit in accordance with EPA Guidance (EPA 402-R-93-003). The radon test shall be a continuous monitoring system which will measure the radon levels over a minimum period of 91 days. If the results of the test exceed 4.0 pCi/L, the Contractor shall take immediate corrective action in order to reduce radon levels within the required threshold. The magnitude of this project is between $500,000 and $1,000,000 (55,668,250 JPY - 111,336,500 JPY). This general statement of the magnitude of the project is furnished for the convenience of the prospective offerors. The actual extent of work required will be governed by the contract specifications and drawings. Contractor Licensing Requirements: Any contract resulting from this solicitation will be awarded and performed in its entirety in the country of Japan. Contractors must be duly authorized to operate and conduct business in Japan, and must fully comply with all laws, decreees, labor standards, and regulations of Japan during the performance of the contract. Prior to award, offerors must be registered to do business in Japan and possess a construction license (Kensetsu-Gyo Kyoka) issued by the Ministry of Land, Infrastructure and Transport, or prefectural government. To be eligible for contract award, offerors must be registered and marked active in the System for Award Management (SAM). Register via the SAM website: https://www.sam.gov. CDs of Attachment 3 and Attachment 4 (As-builts) will be available for pick-up on 20 August 2018 after 0800 at building 95 on Kadena Air Base, Okinawa, Japan.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/18CONS/FA5270-18-R-0014/listing.html)
- Place of Performance
- Address: Multiple locations, Okinawa, Japan, Japan
- Record
- SN05037663-W 20180817/180815230911-46a33c9b0c4700bf152b104e4b557df1 (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 |