SOLICITATION NOTICE
F -- FOB2 Environmental Remediation and Site Work Project
- Notice Date
- 2/26/2014
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
- ZIP Code
- 22202-4371
- Solicitation Number
- HQ0034-14-R-0072
- Archive Date
- 3/28/2014
- Point of Contact
- Jason L. Myers, Phone: 7035451186, Wendy Schermerhorn, Phone: 7035451603
- E-Mail Address
-
jason.l.myers25.civ@mail.mil, wendy.r.schermerhorn.civ@mail.mil
(jason.l.myers25.civ@mail.mil, wendy.r.schermerhorn.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- FedBizOpps Pre-Solicitation The Department of Defense, Washington Headquarters Services, intends to solicit offers in response to Request for Proposal (RFP) HQ0034-14-R-0072 for the Federal Office Building 2 (FOB2) Environmental Remediation and Site Work contract (see Project Description below). The subject requirement will be procured as a Small Business Set-aside. All work shall be performed in accordance with the performance work statement incorporated in the official RFP and the specifications that will be provided at time of solicitation issuance. Evaluation factors and their relative importance will be disclosed in the solicitation. The total contract period will not exceed 180 calendar days from notice to proceed (NTP). The applicable North American Industry Classification System (NAICS) code is 562910. The Small Business size standard is 500 employees. There will be a scheduled site visit for this project. The time and date for the site visit will be stated in the RFP. This RFP will be issued in electronic format only and will be available on or about 12 March 2014 on Federal Business Opportunities (www.fbo.gov). Please be advised the 12 March 2014 date for solicitation posting is estimated and the actual posting date may be after the estimated date. The estimated magnitude of this project is $1,000,000 to $5,000,000. The place of performance is Arlington, Virginia. All offerors must be registered with the System for Award Management (SAM) or risk their proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Contractors are encouraged to obtain further information on SAM registrations at the following website: https://www.sam.gov/. Please address any questions to Jason Myers, Contract Specialist, via email at Jason.L.Myers25.civ@mail.mil and Wendy Schermerhorn, Contract Specialist, via email at Wendy.R.Schermerhorn.civ@mail.mil. Telephone inquires will not be acknowledged or accepted. Project Description: Work Area: The work areas include the following: The Navy Exchange (NEX) Parcel The Pentagon South Parking Parcel Demolition Debris: For the purpose of this request "demolition debris" is considered to be any building debris, improvements, support infrastructure, or man-made items that would not be found in unaltered fallow land. It is estimated that pockets of demolition debris are intermingled in a soil matrix of ≈ 65,000 cubic yards (CY) on the 18 acre site. The maximum depth of clean-up shall not exceed 12' below finished grade. Demolition debris greater than or equal to one-inch in any dimension shall be removed. The debris is known to contain NESHAP Asbestos-Containing Waste Material (ACWM), primarily in the form of demolished cement board. Removal of the debris shall be considered to be asbestos abatement. All removed material shall be considered to be ACWM, except for the following: Debris larger than six inches, which can be readily identified as "Non-suspect asbestos-containing material (ACM)". "Non-suspect asbestos-containing material (ACM)", may be disposed as general Construction & Demolition waste. A buried concrete slab has been identified at a depth of ≈ 6.5 feet in the South Parking Parcel. Asbestos-containing floor tile [≈ 8,500 square-feet (sf)] is attached to the slab, and is categorized as EPA NESHAP Category II non-friable material. New Site Work New site work includes providing site restoration and stabilization of all disturbed areas, grading and earthwork operations to restore the site grades to stable slopes, modify and amend soils to support the establishment of turf, and storm water management. Provide clean, unconsolidated fill material containing no deleterious material or contamination to replace removed demolition debris. Provide required topsoil as natural, fertile, friable soil, typical of productive soil in the vicinity, obtained from naturally well-drained areas, neither excessively acidic nor alkaline, and containing no substances harmful to grass growth. Imported and existing topsoil shall meet the conditions of American Society for Testing and Materials (ASTM) D5268-07 Standard Specification for Topsoil Used for Landscaping Purposes. A minimum of three inches of approved topsoil after compaction shall be used for turf establishment. Establish turf on the entire project site. Permanent turf shall not be established until all grading, site work, and turf area site restoration has been completed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-14-R-0072 /listing.html)
- Place of Performance
- Address: Arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN03297828-W 20140228/140226235026-dbcd3018c8540fc0298bc9e042bcb001 (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 |