Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 02, 2021 SAM #6974
SOLICITATION NOTICE

F -- Regional Asbestos Testing and Removal Services

Notice Date
12/31/2020 4:14:34 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
 
ZIP Code
20374-5018
 
Solicitation Number
N4008020R6260
 
Response Due
1/25/2021 10:00:00 AM
 
Archive Date
02/26/2021
 
Point of Contact
Shonn Gilkes, Phone: 2026858262
 
E-Mail Address
shonn.gilkes@navy.mil
(shonn.gilkes@navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
COMBINED SYNOPSIS/SOLICITATION. The Naval Facilities Engineering Command (NAVFAC) of Washington, DC 20374 intends to award a single, firm-fixed-priced Indefinite Delivery Indefinite Quantity (IDIQ) as a Competitive 8(a) set aside, using FAR Part 12, Acquisition of Commercial Items and FAR Part 15, Contracting by Negotiation. PROPOSAL ARE DUE MONDAY, DECEMBER 7, 2020. NAVFAC Washington solicit to responding SBA 8(a) Vendors. A performance-based fixed firm-price contract for Regional Asbestos Testing and Removal Services in accordance with the attached final Performance Work Statement (PWS), Attachments, and Technical Exhibits, on behalf of the Naval District of Washington, which include Public Works Department (PWD) Washington, DC; PWD Dahlgren, VA; PWD Indian Head, MD; PWD Patuxent River, MD; PWD Annapolis, MD; PWD Bethesda, MD; and Resident Officer In Charge of Construction (ROICC) Quantico, VA. The period of performance is for one 12-month base period and four 12-month option periods: Base Period������������� 01 March 2021 � 31 March 2022 Option Period 1������� 01 March 2022 � 31 March 2023 Option Period 2������� 01 March 2023 � 31 March 2024 Option Period 3������� 01 March 2024 � 31 March 2025 Option Period 4������� 01 March 2025 � 31 March 2026 This requirement will be set-aside for 8(a) Small Business vendors only under North American Industry Classification System (NAICS) code 562910,�Environmental Remediation Services, with size standards of $22 million. To be eligible to compete for 8(a) set-aside awards, the contractor must be certified as a Small Business Administration (SBA) 8(a) firm in accordance with SBA regulations. Attached is the solicitation, Standard Form 1449, with the Performance Work Statement incorporated, and additional information. Proposals are due on Monday, December 7, 2020 by 1:00 PM (Eastern Standard Time (EST)). Please submit your proposal thru DoD Secure Access File Exchange (DoD SAFE) Service at https://safe.apps.mil. See Section A and Section L of the Solicitation for details. Please submit your questions regarding this solicitation and attachments by Wednesday, November 11, 2020 by COB (5:00 PM EST). All questions and comments must be in writing in a Microsoft Word document. All questions will be answered only as an amendment to this notice. Please email questions and comments to shonn.gilkes@navy.mil and jillita.bulluck@navy.mil. All interested Offerors must be registered with the System for Award Management (SAM) http://www.sam.gov prior to submitting future proposals. It is also noted that 8(a) firms must be certified as 8(a) with the Small Business Administration (SBA) as well as certified on SAM.gov. Potential Offerors are responsible for monitoring beta.SAM.gov for any amendments. QUESTIONS DUE: ������������ Wednesday, November 11, 2020 by 5:00 PM EST PROPOSALS DUE:������������ Monday, December 7, 2020 by 1:00 PM EST The points of contact for this acquisition are: Primary Point of Contact: Shonn Gilkes shonn.gilkes@navy.mil Secondary Point of Contact: Jillita Bulluck jillita.bulluck@navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3b9df26922a44a47b462e06be4f91176/view)
 
Place of Performance
Address: Washington Navy Yard, DC 20374, USA
Zip Code: 20374
Country: USA
 
Record
SN05883414-F 20210102/201231230058 (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.