SOURCES SOUGHT
P -- Demolition and Site Remediation for Geographically Separated Eareckson Air Station, Wake Island Airfield and King Salmon Airport
- Notice Date
- 11/14/2019 4:50:35 PM
- Notice Type
- Sources Sought
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- FA5215 766 SCONS PKP JBPHH HI 96860 USA
- ZIP Code
- 96860
- Solicitation Number
- Demolition_and_Site_Remediation_766_SCONS
- Response Due
- 12/15/2019 9:00:00 PM
- Archive Date
- 12/30/2019
- Point of Contact
- Clayton B. Bodkin, Phone: 907-552-1531
- E-Mail Address
-
clayton.bodkin@us.af.mil
(clayton.bodkin@us.af.mil)
- Description
- SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI)DEMOLITION SERVICES FOR GEOGRAPHICALLY SEPARATED EARECKSON AIR STATION, WAKE ISLAND AIRFIELD AND KING SALMON AIRPORTProgram SummaryTitle: Demolition Services for Geographically Separated Eareckson Air Station, Wake Island Airfield and King Salmon AirportDocument Type: Sources Sought/Request for Information (RFI)PSC Code: P400 - Demolition of Buildings / P500 Demolition of Structures/FacilitiesDescriptionGENERAL INFORMATIONTHIS ANNOUNCEMENT IS NOT A SOLICITATION AND IS BEING USED FOR THE PURPOSE OF MARKET ANALYSIS ONLY. This notice is being published in accordance with Federal Acquisition Regulations (FAR) Part 5.101 requiring dissemination of information for proposed contract actions and FAR 10.001(a)(2)(ii) which requires conducting market research before soliciting offers for acquisitions with an estimated value in excess of the simplified acquisition threshold. The Government is seeking industry’s input to determine the availability of qualified sources with the technical capability to fulfill the Installation Support Services requirement described below. No contract awards will be made from this notice and no solicitation is available on FBO or any other bulletin board, posting room, or clearinghouse at this time. In order to develop a sound acquisition strategy, early industry participation is highly encouraged; however, participation in this effort is strictly voluntary. All costs associated with responding to this RFI will be solely at the interested party’s expense. The Government will not reimburse costs and will not be liable for any costs associated with responses to this RFI. Respondents will not be notified of the responses to this notice. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. All RFI responses will be used in whole or in part for determining the most effective acquisition strategy for future similar requirements. Requested information will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency.SECTION 1 - BACKGROUND The Government is considering 1 or more multiple site IDIQ (Indefinite Delivery/ Indefinite Quantity) demolition contract(s) for Eareckson Air Station (EAS), Wake Island Airfield (WIA) and King Salmon Airport (KSA). Due to the remotely separated site locations, each site could be individually awarded based upon site specific overall pricing or ability. EAS is located on the Aleutian Island of Shemya 1,500 miles from Anchorage, Alaska. Shemya is at the western most point in the Aleutian Island chain. Shemya is approximately four miles long by two miles wide. EAS is a fully operational United States Air Force (USAF) Air Station encompassing all of Shemya Island. EAS serves as radar and communication location and as a refueling and emergency divert airfield for aircraft in transit between North America and East Asia. EAS is accessible and resupplied by air and sea only. Sea barge access/resupply occurs May-September. EAS maritime polar weather ranges from 40 to 65 degrees Fahrenheit during the summer and averages 30 degree Fahrenheit during the winter. Year round EAS is affected by fog and wind. Phase-One winds, in excess of 69 knots, are experienced approximately ten times a year. A BOS Contractor manages the daily operations on Shemya. Due to the isolated location and potential for severe storms, it is recommended that contractor employees be in good health and physically and mentally qualified to withstand the rigors of remoteness. WIA is a remote Pacific tropical coral atoll located about 2300 miles (3700 kilometers) west of Honolulu Hawaii. It is comprised of three islets; Wake, Wilkes and Peale around a shallow lagoon. The maximum elevation on the island is about 20 feet (6 meters) above mean low water. Average temperatures range between the mid-70s to low 80s Fahrenheit (25 to 28 degrees C.) Annual rainfall averages around 35 inches (906 mm). The primary mission on Wake is maintenance and operation of the Wake Island Airfield. Wake is under the control of Detachment 1 of the PRSC based on JBER in Anchorage, Alaska. A BOS Contractor manages the daily operations on Wake. WIA serves as a support for trans-Pacific flight crews from Air Force, Marines, Navy and Army. It also supports multi agency operations. WIA is accessible and resupplied by air and sea only. Sea barge access/resupply can occur year round, but is limited due to logistical location. Due to the isolated location, it is recommended that contractor employees be in good health and physically and mentally qualified to withstand the rigors of remoteness. KSA is located at the USAF Air Station in King Salmon, South Western Alaska, near the northern end of Bristol Bay, approximately 800 air miles south-west of Anchorage. Weather can be severe, with sub-arctic marine conditions. Temperatures may range from near 0 to 70 degrees Fahrenheit. The Alaska Department of Transportation performs maintenance and operation of the publicly used airfield, but it is labeled as a divert airfield for military operations. During the cold war, KSA was a fully operational base, but has since been reduced to a divert location. KSA is accessible and resupplied by air and sea only. Sea barge access/resupply occurs March-September. A BOS contractor manages the daily operations of USAF owned property. The following description of the requirement is intended to be a summary of the required services and is not intended to be all-inclusive. Demolition services required for this requirement include but not limited: demolition and abatement (where necessary) of specified facilities (sizes ranging from 100 sf - 43,450 sf dependent on site), hazardous testing where required, hazardous disposal, removal/disposal of all salvageable and non-salvageable materials inside or outside a facility, site cleanup and restoration. This requirement is categorized by NAICS, which is 238910 “Site Preparation Contractors” for demolition contractors or 568910 “Remediation Services” for abatement contractors. DescriptionNAICSSmall Business Size StandardSite Preparation Contractors238910$15.0MRemediation Services568910$20.5M Due to age, mission requirements and lack of maintenance, many facilities/buildings at each site are closed and need to be demolished. Demolition of buildings may require asbestos, mold or lead paint abatement including offsite disposal. Contract would have a base period of performance of 1 year and the cumulative contract value of all three sites would not exceed $22.0M. Task Orders would be the basis of work issued. Approximate number of buildings/facilities to be demolished at each site are an estimate only: EAS - 14, WIA - 44, KSA - 22 SECTION 2 - PURPOSE OF SOURCES SOUGHTThe Government is seeking industry input from all sources, interested parties and unable to perform, to determine the best acquisition approach to obtain the combination of services described in Section 1 above. If you are unable to perform this level of service, please provide information as to the reason. The intended outcome is to determine the commerciality, industry capability, and to develop acquisition strategy alternatives. The Government’s evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as full and open, utilizing a small business set-aside, or a particular socioeconomic classification (e.g. Service-Disabled Veteran-Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), 8(a) Business Development Program, Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), etc.). SECTION 3 - RESPONSE INSTRUCTIONS3.1 Interested parties are asked to complete the Section 4 “Company Information Chart” using the format provided on the next page. Interested parties are also requested to submit a capabilities package (details in Section 3.3). Please limit the length of your capabilities document to no more than 1 page and up to one attachment is permitted. Required format is single spaced (front and back) at 11 point font. We will only read 1 page and an attachment if needed. Page size will be 8.5 x 11 inches. The Government will not accept company literature or marketing materials in response to this RFI.3.2 Respondents shall provide an unclassified response to this notice. Information identified by a respondent as “Proprietary or Confidential” will not be disclosed outside of Government channels. If a respondent submits such information, respondent is responsible for clearly marking “proprietary” on every sheet containing such information and segregating proprietary information to the maximum extent practical from other portions of the response (e.g. use an attachment or exhibit).3.3 All interested firms should submit a capabilities package that outlines the firm’s experience, resources, and capabilities in providing the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.3.4. Submit your responses in electronic format to the below:CO: Mr. Clayton Bodkin, email: clayton.bodkin@us.af.mil POC: Mr. Logan Huppert, email: logan.huppert.ctr@us.af.milPOC: Ms. Francesca Love-Watkins, email: francesca.love-watkins@us.af.mil SECTION 4 - COMPANY INFORMATION CHARTCompany InformationName of Company:Mailing Address:Cage Code:DUNS Number:Phone Number:FAX Number:Company Point of ContactsName of Primary:Title:Email:Phone #:Fax #:Name of AlternateTitle:Email:Phone #:Fax #:Business ActivityDescription of principle business activityNAICS Code(s) your company usually performs under:Annual Gross Receipts for the last 3 years:201620172018Socio-Economic Status (Select One): Large Business / Small BusinessNAICS 238910: Size Standard $15.0MFacility Clearance Level:Government Certifications (check all that apply)8(a) Certified or 8(a) Joint VentureSmall Disadvantaged BusinessHUBZone CertificationWomanOwnedOwnership and Self Certifications (check all that apply)Any Minority Owned: Native American Owned: Tribally Owned Alaskan Native Corp Owned Native Hawaiian Org Owned Other Native American Owned Other Minority OwnedAny Women-Owned Small Business: Women-Owned Small Business under the Women-Owned Small Business Program Economically Disadvantaged Women- Owned Small Business under the Women- Owned Small Business Program Women-Owned Small Business Joint Venture Economically Disadvantaged Women- Owned Small Business Joint VentureCommunity Development Corporation (CDC) OwnedService Disabled Veteran-OwnedSelf-Certified Small Disadvantaged BusinessVeteran Owned Is your company name and address registered in the System for Award Management (SAM) and are you labeled Active? (Yes/No)Specify ALL site locations you would be interested in for performance (Eareckson Air Station, Wake Island Airfield, King Salmon Airport)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/66f3fb2946f84281af847fa8f5a8e024/view)
- Place of Performance
- Address: HI-03, HI, USA
- Country: USA
- Country: USA
- Record
- SN05493949-F 20191116/191117181058 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |