Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2020 SAM #6740
SOURCES SOUGHT

Y -- mold remediation and asbestos abatement

Notice Date
5/11/2020 4:28:40 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
W6QM MICC-FT DRUM FORT DRUM NY 13602-5220 USA
 
ZIP Code
13602-5220
 
Solicitation Number
W911S2-20-U-MOLD
 
Response Due
5/18/2020 10:00:00 AM
 
Archive Date
06/02/2020
 
Point of Contact
Ernie Ixtlahuac, Phone: 3157725021
 
E-Mail Address
ernie.a.ixtlahuac.civ@mail.mil
(ernie.a.ixtlahuac.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure services for mold remediation and asbestos abatement on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.� Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.� We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.� If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code(s) is 562910 Remediation Services, Small Business size standard is $20 mil.� A draft Performance Work Statement is provide for your better understanding of the Government�s need. PURPOSE OF THIS SOURCES SOUGHT:� To request information on capabilities of potential offerors to provide the services described herein to determine if this will be set-aside.� While not a firm cutoff, providing responses to this announcement no later than 1:00 p.m. Eastern Standard Time (EST) on 18 May 2020 will facilitate planning and ensure your capability receives maximum consideration.� Only electronic submissions will be accepted. Interested business concerns should provide a brief �capabilities statement� package (submissions are limited to no more than 25 pages in length, single spaced, and 12 font minimum) demonstrating its capabilities in reference to this requirement.� A generic capability statement is not acceptable.� No particular format is mandated.� The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of both and the document must be searchable.� The capability package shall be sent by email to: � Contract Specialist: Ernie Ixtlahuac Email: ernie.a.ixtlahuac.civ@mail.mil Procuring Contracting Officer: Victoria Schermerhorn Email: victoria.e.schermerhorn.civ@mail.mil Your email subject line should reflect: �Firm�s Name, Response to the Sources Sought Synopsis for mold remediation and asbestos abatement at Fort Drum, NY, W911S2-20-U-MOLD.� The size limit of each email, with all attachments, cannot exceed 9 megabytes (MB) due to the Government�s email system restrictions.� DO NOT SEND ZIPPED files as the Government�s information network will remove all zipped files. In response to this sources sought, please provide: 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination 4.� Information to help determine if the requirement mold remediation and asbestos abatement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the beta.SAM.gov notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7.� Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cc39929811a547dc94ce10c7ccbbd197/view)
 
Place of Performance
Address: Fort Drum, NY, USA
Country: USA
 
Record
SN05653731-F 20200513/200511230213 (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.