SOURCES SOUGHT
99 -- DISINFECTING CLEANING/REMEDIATION
- Notice Date
- 3/27/2020 10:46:44 AM
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- W6QK CCAD CONTR OFF CORPUS CHRISTI TX 78419-5260 USA
- ZIP Code
- 78419-5260
- Solicitation Number
- W912NW-COVID-19
- Response Due
- 3/31/2020 9:00:00 AM
- Archive Date
- 04/15/2020
- Point of Contact
- Christina Cavazos, Phone: 3619613757, Christopher W. Chapple
- E-Mail Address
-
christina.cavazos2.civ@mail.mil, christopher.w.chapple.civ@mail.mil
(christina.cavazos2.civ@mail.mil, christopher.w.chapple.civ@mail.mil)
- Description
- THIS SOURCES SOUGHT IS BEING ISSUED FOR DISINFECTING/REMEDIATION SERVICES. This is not a solicitation. The United States Army Contracting Command-Redstone (ACC-RSA), Corpus Christi Army Depot (CCAD) located at the Naval Air Station (NAS), Corpus Christi, Texas is conducting this sources sought notice to identify potential sources that can provide immediate and rapid response services (onsite within 1-2 hours upon initial notification to zip code 78419) to clean and disinfect office/communal areas that have known to occupy individuals suspected or confirmed to have COVID-19. The requirements being sought can be found in the �REQUIREMENTS' section of this sources sought below. Responses to this notice are not considered as offers and cannot be accepted by the Government to form a binding contract. The Government will not be responsible for any costs incurred by interested parties responding to this Sources Sought notice. The intent of this notice is to identify businesses, especially small business (SB) concerns, certified 8(a), HUBZone, Service Disabled Veteran Owned Small Businesses (SDVOSB), and Women-Owned Small Business (WOSB) concerns with a local area preference for vendors under the Stafford Act, FAR 26.202 capable of performing the requirements described below. Background: In light of the recent COVID-19 pandemic, ACC-RSA is conducting market research to enable federal, state and local agencies to quickly identify a pool of vendors that are willing and capable of performing cleaning and disinfection services as highlighted by the Centers for Disease Control and Prevention (CDC) Guidelines located at https://www.cdc.gov/coronavirus/2019-ncov/prepare/cleaning-disinfection.html?CDC_AA_refVal=https%3A%2F%2Fwww.cdc.gov%2Fcoronavirus%2F2019-ncov%2Fcommunity%2Fhome%2Fcleaning-disinfection.html Scope of Work: Clean and disinfect office/communal areas that have known to occupy individuals suspected or confirmed to have COVID-19.� Cleaning & Disinfectant products shall be in accordance with the approved list of approved Disinfectants for Use Against SARS-CoV-2 at U.S. Department of Environmental Protection Agency located at https://www.epa.gov/pesticide-registration/list-n-disinfectants-use-against-sars-cov-2 � Requirements: Interested businesses must address ALL of the specific requirements below and clearly indicate if each requirement could be met and how the requirement would be completed. The intent will be to set this aside for small business with a local area preference for vendors under the Stafford Act, FAR 26.202. The contractor's primary focus shall be to work with CCAD and supporting activity to clean and disinfect office/communal areas that have known to occupy individuals suspected or confirmed to have COVID-19. Specific Requirements: Contractor shall conduct disinfection activities consistent with the CDC guidance utilizing applicable methods and EPA-approved COVID-19 disinfectants. Surfaces shall be cleaned using EPA-approved disinfectant in accordance with the product specifications (e.g., concentration, application method and contact time, and use of personal protective equipment). � Contractor shall clean/sanitize potentially exposed or frequently touched areas within an identified area to include but not limited to: doors, door knobs, door frames, windows, desks, chairs, computers, computer peripherals, printers, copying machines, hand rails, latrines, sinks, faucets, water bubblers, filing cabinets, light switches, walls (up to six feet), and interior heating & cooling air intakes.� � Sensitive equipment, such as electronics or other non-compatible materials, will be sanitized with a minimum 70% alcohol solution. � Surfaces that are found to be covered with accumulated dirt/dust shall be initially cleaned with wet wipes (soap and water) prior to disinfection.� Under no circumstances shall dry-sweeping/wiping, dusting, or vacuuming be allowed. � Contractor shall open all windows leading to the outside to provide room ventilation but shall minimize opening and closing of room interior doors until disinfection is complete. � Contractor may use disinfectant fogging or ionizing spray applications if applicable, but only under the following conditions: the disinfectant meets the requirements of CDC for COVID-19 disinfection and the application is performed according to the manufacturer�s recommendation including worker protection, and the application will not damage surface materials in the area. � Contractor shall establish appropriate staging areas for donning PPE on/off and waste collection areas to allow for a quick and efficient cleaning/sanitization of an area for the immediate return of personal. � All contractor generated waste shall managed as a Category A biological waste. Waste material shall be packaged, containerized, and transported offsite for disposal in accordance with 49CFR500-599.� � All manifests/bills of laden shall be signed and approved by CCAD's DOD certified transporter of biological materials. � Contractor performing this work shall at minimum have current training in blood-borne pathogens and be respirator certified for Level C PPE as defined by National Institute for Occupational Safety and Health (NIOSH) and Occupational Safety and Health Administration (OSHA) (29 C.F.R. 1910) � All cleaners and disinfectants shall be used in accordance with the manufacturer�s recommendations. � Prior to entering the area, the contractor shall put on appropriate personal protective equipment (PPE) required for the specific cleaners and disinfectants used. � Work shall be invoiced on a square-foot basis.� See attachment for CLIN Structure to provide pricing. Requested Information: Interested businesses who believe they are capable of meeting the above requirements are requested to submit a brief (no more than 5-10 pages total) capabilities statement package, including company name and address, Webpage URL, point of contact with phone number and e-mail address, DUNS number, CAGE Code. This will be intended to be a small business set-aside therefore, business size status and socioeconomic profile, detailing whether it can be considered a small business and whether any other socioeconomic category applies, such as (but not limited to), service disabled veteran owned small business, woman owned small business, small disadvantaged business, etc. For the purposes of this response, please provide business size status with respect to NAICS 561720 with a small business size standard of $19.5 million; or 562910 which has a small business size standard of $22 Million in annual receipts respectively. Interested businesses may register with System for Award Management (SAM) at https://www.sam.gov. Respondents should include: A description of company's background, technology, experience, and any other information that demonstrates value, performance, and capabilities. � Tailored Capability Statements addressing the Requirements of this notice, with appropriate documentation supporting claims of organization and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capabilities, provide an estimate of anticipated subcontractor efforts. � Respondents are requested to provide information by, Tuesday, 31 March 2020/11:00 AM Central Standard Time (CST). � Responses: All interested parties, regardless of size, are encouraged to respond to this sources sought notice. Submissions should include available technology, company literature, and relevant company background, experience, and qualifications. Initial information submissions must be received by Tuesday, 31 March 2020/11:00 AM. Responses to this notice should be directed to: christina.cavazos2.civ@mail.mil christopher.w.chapple.civ@mail.mil Responses shall include all information addressed above. All information supplied will be considered confidential, unless otherwise specified by the business or available from other sources without restriction. Documents are requested to be submitted electronically in Adobe Professional (.PDF) format or Microsoft Word (.doc, .docx). No telephonic, facsimile or hardcopy responses to this sources sought will be considered. � Additional Information: All information received in response to this notice that is marked proprietary will be handled accordingly. Any information submitted will not be returned, and no payment will be made by the Government for such information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for any potential requirement. Input on technical aspects of the responses may be solicited by ACC-APG from non-Government consultants/experts who are bound by appropriate non-disclosure requirements. By responding to this notice, the Respondent agrees to allow such input from non-Government consultants/experts concerning the information and materials submitted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4941102d9ebc4dabba0c9b535f5d3228/view)
- Place of Performance
- Address: Corpus Christi, TX 78419, USA
- Zip Code: 78419
- Country: USA
- Zip Code: 78419
- Record
- SN05603177-F 20200329/200327230152 (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 |