Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2016 FBO #5214
DOCUMENT

S -- Mold Remediation BPA Sources Sought Notice - Attachment

Notice Date
3/1/2016
 
Notice Type
Attachment
 
NAICS
562910 — Remediation Services
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, ROICC Cherry Point PCS Box 8006 CGMAS Cherry Point Cherry Point, NC
 
Solicitation Number
N4008516Q7201
 
Response Due
3/22/2016
 
Archive Date
9/22/2016
 
Point of Contact
ERIC OVERFELT 252-466-2622
 
E-Mail Address
Eric Overfelt email
(eric.e.overfelt@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT NOTICE FOR POTENTIAL BLANKET PURCHASE AGREEMENT HOLDERS FOR MOLD REMEDIATION AT MARINE CORPS AIR STATION CHERRY POINT NORTH CAROLINA AND OUTLYING AIRFIELDS AND MARINE CORPS INSTALLATIONS EAST FACILITIES, NORTH CAROLINA The intent of this notice is to identify potential offerors of work requiring mold remediation at Marine Corps Air Station Cherry Point, North Carolina and outlying airfields and Marine Corps Installation East Facilities, North Carolina. The Naval Facilities Engineering Command Mid-Atlantic, Facilities Engineering and Acquisition Division MCAS Cherry Point, NC is seeking businesses with current relevant qualifications, experience, personnel, and capabilities to provide all labor, management, supervision, tools, transportation, and material to provide this work. The work includes, but is not limited to, the following examples: Mold Remediation; - the removal, cleaning, sanitizing, demolition, or other treatment, including preventive activities, of mold or mold-contaminated matter. Replacing items that were disposed of as a result of mold remediation. Duct cleaning/replacement. Leak repair. The North American Industry Classification System (NAICS) Code for this procurement is 562910 Remediation Services and the annual size standard is $20.5 million. The Government will not pay for any information provided. Any and all qualified firms are encouraged to respond. The standard terms for a Blanket Purchase Agreement (BPA) are attached to this notice (Attachments 1 and 2). Potential offerors should not respond if not able to comply with these requirements. Standard clauses applicable to BPA ™s will be included in the final agreement. No more than seven (7) BPA holders will be selected as a result of this synopsis. These BPA ™s will not include a minimum guarantee. Any single order shall be less than $150,000, and the total amount of the agreement will not exceed $950,000.00 over the five (5) year life of the BPA. To respond to this notice, interested parties should submit the following information: 1. A statement of the company ™s capabilities in performing this type of work, not to exceed two (2) pages; 2. At least three (3) references for work similar to that listed in this notice. Contractor may provide COMPLETED Past Performance Questionnaires (Attachment 3) or Letters of Reference; 3. A statement that the company is able to comply with all of the standard terms and conditions attached to this notice; 4. Company Name and Address; 5. DUNS number; 6. CAGE code; 7. Company Point of Contact, including email and phone number; 8. Business classification (e.g. large business, small business, 8(a) business, HUBZONE business, SDB, SDVOSB, etc.); 9. A Financial Questionnaire, completed by the offeror ™s financial institution, submitted via email or in a sealed envelope (Attachment 4). Failure to submit all of the information above may make an Offeror ineligible for agreement. Evaluation The Government will evaluate and draft Blanket Purchase Agreements resulting from this solicitation, to the responsible offerors whose offer, conforming to the synopsis, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability Past Performance Up to seven responsible offerors may be awarded Blanket Purchase Agreements for future work for mold remediation projects. Please refer to the BPA standard terms for more information. In accordance with FAR 13.106-2 “ Evaluations of Quotations or Offers, the Contracting Officer is not required to list the relevant importance of the evaluation factors. Notifications of interest must be submitted in writing via email or in a sealed envelope. Notifications that do not address all of the required information will not be considered. No additional literature is desired. Responses to this notice shall be emailed to ROICC_Chpt_Ktr_Bids@navy.mil and Eric Overfelt at eric.e.overfelt@navy.mil as soon as possible, but to arrive no later than 1400 on 22 March 2016. Or mailed to this address as soon as possible, but to arrive no later than 1400 on 22 March 2016: Eric Overfelt NAVFAC MID Atlantic FEAD Cherry Point Bldg 163 Curtis Rd PSC Box 8006 Cherry Point, NC 28533-0006 Attachments: 1. Attachment 1 T and C BPA Standard Terms 2. FRCE Contractor Performance Requirements 3. Past Performance Questionnaire 4. Financial Capability Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CP/N4008516Q7201/listing.html)
 
Document(s)
Attachment
 
File Name: N4008516Q7201_Attachment_1.docx (https://www.neco.navy.mil/synopsis_file/N4008516Q7201_Attachment_1.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008516Q7201_Attachment_1.docx

 
File Name: N4008516Q7201_Attachment_2.docx (https://www.neco.navy.mil/synopsis_file/N4008516Q7201_Attachment_2.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008516Q7201_Attachment_2.docx

 
File Name: N4008516Q7201_Attachments_3_4.docx (https://www.neco.navy.mil/synopsis_file/N4008516Q7201_Attachments_3_4.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008516Q7201_Attachments_3_4.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04036248-W 20160303/160301235404-57114e1286d4309042a036444d7cdacb (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 |
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.