Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 14, 2019 SAM #6559
SOLICITATION NOTICE

F -- HAZARDOUS MATERIAL AND DEBRIS REMOVAL HARPERS FERR

Notice Date
11/12/2019 3:07:25 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
WASHINGTON CONTRACTING OFFICE LAKEWOOD CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140P2120R0002
 
Response Due
11/27/2019 11:59:59 PM
 
Archive Date
12/12/2019
 
Point of Contact
Clarke, Michael
 
E-Mail Address
Michael_Clarke@nps.gov
(Michael_Clarke@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number 140P2120R0002 is issued as a Request for Proposal (RFP) for Hazardous Material and Debris Removal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 19-06. The North American Industry Classification System (NAICS) is 562910. The Solicitation is a total Small Business Set-Aside, Size Standard 750 Employees. The Contractor shall provide all travel, labor, materials, equipment, insurance, and services necessary to remove and dispose of hazardous materials located int eh Hydroelectric Plant, Harpers Ferry, West Virginia. For this project, hazardous materials have been identified as Asbestos and Animal Excrement. Specifically, the Scope of Work includes: Removal and disposal of the following materials: 1) Main Floor Debris: Surface floor debris and dust, window sill debris, debris on top of work bench other horizontal surfaces, approximately 3600 square feet; 2) Debris approximately 4 inches in depth on floor adjacent to the northwest office. Debris has been mixed with asbestos and misc. burned lumber, approximately 100 pounds; 3) Floor Debris in the Remainder of the first floor of the Plant: Floor debris, including wall and ceiling transite, window glazing, glass, and animal excrement, assume 150 pounds; 4) Asbestos: On floors and in various locations within the first floor of the plant, approximately 1 cubic foot. All work shall be performed in accordance with Attachment 1, Scope of Work, Attachment 2, Appendix 1 - Items Left In Place, Attachment 3, Asbestos Containing Materials Survey, Attachment 4, Asbestos Analysis. Hazardous Waste Removal Services shall be performed at the Hydroelectric Plant, Harpers Ferry National Historical Park, Harpers Ferry, West Virginia and completed by January 31st, 2020. The anticipated date of award is December 20, 2019. The following provisions and clauses are applicable to this acquisition and are available at www.arnet.gov: FAR 52.212-1, Instructions of Offerors-Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.212-5, Contract Terms and Conditions, FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). Evaluation of Commercial Items: The following evaluation criteria will be used to evaluate proposal submission: (1) TECHNICAL ABILITY: Confirmation in writing in the form of a brief narrative confirming ability to remove and dispose of hazardous materials, specifically asbestos and animal excrement (2) QUALIFICATIONS: Describe past work experience in handling projects of similar size and scope. (3) COMPLETION DATE: Confirm ability to meet the completion date of January 31st, 2020. Award of any contract resulting from this solicitation will be made to the responsible offeror whose offer, conforming to the solicitation will be based on best value to the Government, cost or price and other factors considered. Technical quality is significantly more important than cost or price. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. As the technical merit and evaluated cost or price becomes essentially equal, other factors may become the determining factor. The Government reserves the right to make award without further discussion. Proposals shall be submitted via e-mail to Michael_Clarke@nps.gov no later than 12:00 p.m. on November 27, 2019. Proposals shall include the following information: Technical Information: (1) Technical Ability (2) Qualifications and (3) Completion Date. Business Management Cost Proposal: (1) Utilize Attachment 5 �Price Schedule� to provide pricing with individual descriptions of units and unit price and total prices for each identified task, and a total firm fixed price. (2) Completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. (3) Originally signed copy of Standard Form 1449 downloadable through www.arnet.gov. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 120 days after the closing date for receipt of proposals. The point of contact for inquiries and clarifications is Michael Clarke, Contracting Officer, Telephone Number (301) 663-8206, Extension 108, Facsimile Number (301) 663-8032 or Email address michael_clarke@nps.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/327cc444cb354e3aa64806fb9526bf36/view)
 
Record
SN05492788-F 20191114/191117144242 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.