Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2018 FBO #6000
MODIFICATION

R -- Asbestos and Lead Based Paint Removal - Solicitation 1

Notice Date
4/26/2018
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 18 CONS - Kadena, Unit 5199, Kadena AB, APO Japan, 96368-5199
 
ZIP Code
96368-5199
 
Solicitation Number
FA5270-18-R-KALR
 
Archive Date
2/24/2018
 
Point of Contact
James M. Reed, Phone: 01181989611851, Angelica M. Guerrero, Phone: 01181989617493
 
E-Mail Address
james.reed.35@us.af.mil, angelica.guerrero@us.af.mil
(james.reed.35@us.af.mil, angelica.guerrero@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 7 - Past Performance Questionairre Attachment 6 - Project Information Sheet Attachment 5 - Historical Projects Attachment 4 - Other Contract Requirements Attachment 3 - Temporary Toilet Attachment 2 - FM66 Attachment 1 - Specs Exhibits A-E Solicitation General Description of Work: The Contractor would be required to provide removal of ACM and LBP services for multiple geographically separated United States Visiting Forces bases throughout Okinawa. The scope would also include but is not limited to: removal of friable and non-friable asbestos materials, removal of lead-based paint, placement of carpet, vinyl cove base and vinyl composition floor tiles, and demolition and salvage of non-asbestos and lead-based paint materials. The scope of work is further defined in each individual task order. Anticipated contract performance is one (1) base year (12 months) with four (4) one year options. This is a competitive Lowest Price Acceptable Performance (LPAP) source selection in which the award will be made to the lowest total Evaluated Price (TEP) of pricing schedule that meets the acceptability standards for non-price factors. A minimum of $3,000 (or Yen equivalent) is guaranteed for this contract. This minimum amount shall only be applied to the basic year. The aggregate maximum amount of this program including the base and all option years shall not exceed $3,000,000 (or Yen equivalent). The NAICS Code is 562910. Note: This acquisition is unrestricted; however, this solicitation includes clauses authorized for the purpose of construction effort in Japan. The offerors must meet the following two requirements for OCONUS: (1) DFARS 252.225-7042, "Authorization to Perform". The offeror has been duly authorized to operate and do business in the country or countries in which the contract is to be performed, and (2) FAR 52.236-7, "Permits and Responsibilities" - The Contractor shall, without additional expense to the government, be responsible for obtaining and necessary licenses and permits, and for complying with any host Government and political subdivisions, laws, codes, and regulations applicable to the performance of the work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/18CONS/FA5270-18-R-KALR/listing.html)
 
Place of Performance
Address: Okinawa, Non-U.S., Japan
 
Record
SN04901590-W 20180428/180426230655-74d6126776ee517abd2891b88545125c (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.