SOURCES SOUGHT
Z -- Utilidor Cleanup and Insulation Removal
- Notice Date
- 5/3/2013
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-13-S-FTG187Utilidor
- Archive Date
- 6/8/2013
- Point of Contact
- Donna West, Phone: 907-753-2761
- E-Mail Address
-
donna.l.west@usace.army.mil
(donna.l.west@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. The purpose of this notice is for the Government to obtain information regarding small business firms interested in and capable of performing the subject project. THIS IS NOT A REQUEST FOR PROPOSAL. The U.S. Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy. The determination of acquisition strategy for this project lies solely with the government and will be based on this market research and information available to the government from other sources. The U.S. Army Corps of Engineers, Alaska District, is conducting this market research to identify small businesses which have the capability to execute the following proposed project: SCOPE OF THE PROJECT: Utilidor Cleanup and Insulation Removal. Work involves mold remediation within a utilidor on Fort Greely, Alaska supporting Missile Defense Missile Field #1. The existing pipe insulation shall also be stripped and removed. Wet vacuum standing water at 4 locations (a few gallons at each location). All remaining suspected growth on both pipes and utilidor structure system shall be cleaned and decontaminated with mild soap and water. HEPA vacuum all surfaces. Dry the utilidor system, temporary heat may be required. The insulation shall be disposed of by the contractor at the Fort Greely landfill, less than 5 miles away. Standing water shall be disposed off installation by the contractor. The utilidor system is approximately 1,775 feet long is approximately 7 foot by 7 foot inside. The utilidor is located within a secure area of the installation and all workers and vehicles are subject to search. There is approximately 10,775 feet of insulated piping, 500 feet of exposed pipe, and 1,560 feet of 18" x 6" insulated box. Pipe ranging in size from 2 inch to 8 inch. Mold samples showed low to very high concentrations. Visible mold was predominately found at mechanical equipment, pipe hangars, and manholes. Majority of samples showed Penicillium/Aspergillus. The applicable North American Industry Classification System (NAICS) code is 562910, Remediation Services, and the related small business size standard is $19.0 Million. The estimated dollar magnitude of this project is anticipated to be between $1.0M and $5.0M. THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY. All interested small business firms are encouraged to respond to this notice by MAY 24, 2013. Please submit all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT-C/M (West), PO Box 6898, JBER, AK 99506-0898 or via email to Donna.L.West@usace.army.mil Interested small business firms should submit a capabilities package (not exceeding 3 pages) demonstrating the ability to perform work listed above. Packages should include the following information: (1) Business name, address and business size under NAICS 562910. (2) Identification of small business type, if applicable (HUBZone, SDVOSB, 8(a), WOSB, EWOSB, etc.). (3) Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five years. SPECIFICALLY PROVIDE YOUR FIRM'S EXPERIENCE WITH MOLD REMEDIATION AND/OR WORKING IN UTILIDORS. List actual projects completed to include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed. (4) Statement of offereor's interest in proposing on this project and affirmative statement that offeror and employees have the ability to pass any necessary background investigations required to access a secure area. Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered. Prospective contractors must be registered in the System for Award Management (www.sam.gov) prior to award. Lack of registration in the SAM database will make an offeror ineligible for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-13-S-FTG187Utilidor/listing.html)
- Place of Performance
- Address: Fort Greely, Alaska, United States
- Record
- SN03052386-W 20130505/130503234500-61d3becc7a66345fbb512cf3e941a0a3 (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 |