Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2018 FBO #6040
DOCUMENT

Z -- This is a market survey to to perform asbestos abatement, hire an environmental monitoring service, replace abated floor tile w/new tile and cove base per the statement of work at FAA, 6129 Amelia Earhart Dr, Shreveport. LA - Attachment

Notice Date
6/5/2018
 
Notice Type
Attachment
 
NAICS
562910 — Remediation Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
30399
 
Response Due
6/19/2018
 
Archive Date
6/19/2018
 
Point of Contact
Diana Pickel, diana.pickel@faa.gov, Phone: 405-954-8381
 
E-Mail Address
Click here to email Diana Pickel
(diana.pickel@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
********NO PHONE CALLS PLEASE******** This is a market survey to to perform asbestos abatement, hire an environmental monitoring service, and replace abated floor tile with new tile and cove base per the statement of work at FAA MALSR Building, 6129 Amelia Earhart Dr, Shreveport. LA The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting proposals at this time. At this time the nature of the competition has not been determined. The FAA is seeking interest from the small business community for possible set-aside of all or part of the procurement. Responses are desired from any/all eligible small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. FAA anticipates that any resultant contract will be a Fixed-Price contract. The purpose of this market survey is to solicit statements of interest and capabilities from small businesses, in particular service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing the required items. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses, or 8(a) certified firms. The scope of work consists of; A. The Contractor shall provide all plant, materials, labor, equipment, supplies, and transportation to perform all facets of this operation and related work necessary for completion of work as required by, and in strict compliance with, these contract documents to complete the removal of vinyl asbestos tile replace with vinyl composition tile. This work includes, but is not limited to the following principle items: 1. Provide state of Louisiana licensed Asbestos Workers and Supervisors to conduct the work. 2. Provide a temporary storage facility (75 sf min) for duration of project. Temporary storage facility shall be secure and weatherproof, delivered and set up at project location. 3. Abate approximately 320 square feet of asbestos containing floor tile and mastic, as well as, approximately 80 linear feet of resilient base and mastic 4. Transportation and disposal of asbestos waste in accordance with state and federal regulations. 5. After the area has received final air clearance, replace floor tile and base. The principle North American Industry Classification System (NAICS) code for this effort is 562910 “Remediation Services, with a size standard of $20.5M. Interested vendors should submit the following documents to the point of contact listed at the bottom of this announcement: 1. Capability Statement - This document is limited to not more than six (6) pages and must identify: (a your firm has done similar work in the past. (b) Dollar value and type of services provided by your firm under previous contracts (provide dollar value, type of contract, start/completion dates, and customer/end-user information) which meet the contract performance requirements above; (c) Number of years in business performing the services required of this announcement; 2. Business Duns number- Interested vendors shall supply their company Duns number. 3. A copy of the vendor's SBA 8(a) Certification Letter, if applicable. All responses to this market survey must be received by 5:00 p.m. CST on June 19, 2018. All submittals should be submitted in electronic format (email) to: diana.pickel@faa.gov and patti.ctr.owens@faa.gov. Please include Solicitation/Contract #30399 The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendors' expense. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/30399 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/30399/listing.html)
 
Document(s)
Attachment
 
File Name: Attachment for SOW (1) (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/89693)
Link: https://faaco.faa.gov/index.cfm/attachment/download/89693

 
File Name: SOW - Asbestos Abatement and Tile Replacement (docx) (https://faaco.faa.gov/index.cfm/attachment/download/89692)
Link: https://faaco.faa.gov/index.cfm/attachment/download/89692

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04944111-W 20180607/180605231128-d18176705386f00154af3902e707e210 (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.