Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2020 SAM #6804
SOURCES SOUGHT

Z -- JBAB - 50 Officers Club Mold Remediation / Building Air Quality

Notice Date
7/14/2020 5:21:01 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
 
ZIP Code
20374-5018
 
Solicitation Number
ACQR5810453
 
Response Due
7/29/2020 9:00:00 AM
 
Archive Date
08/13/2020
 
Point of Contact
John David Hill, Phone: 202-767-8601, John David Hill, Phone: 202-767-8601
 
E-Mail Address
john.d.hill5@navy.mil, john.d.hill5@navy.mil
(john.d.hill5@navy.mil, john.d.hill5@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE Mold Remediation Services, Joint Base Anacostia-Bolling (JBAB), Washington, DC 20032 � THIS IS NOT A SOLICITATION ANNOUNCMENT.� The Naval Facilities Engineering Command, Washington; Joint Base Anacostia-Bolling, Public Works Department is seeking eligible small businesses, woman-owned small businesses, service-disabled veteran-owned small businesses, certified HUB Zone small businesses, and certified 8(a) small disadvantaged businesses firms capable of performing: Mold Remediation Services, Joint Base Anacostia-Bolling (JBAB), Washington, DC 20032.� This Sources Sought Notice is to determine whether a set-aside acquisition in lieu of unrestricted, full, and open competition is in the best interest of the Government.� This Market Research Tool is being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition.� No reimbursement will be made for any costs associated with providing information in response to this Sources Sought Notice, or to provide any follow-up information requested.� Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary.� Large Business submittals will not be considered. The intent of this project is to provide Mold Remediation Services / Air Quality Tests in Building 50 on Joint Base Anacostia-Bolling. �This requirement involves the following: �The contractor shall perform a pre-inspection to verify measurements of the work area. �The project is located at Bldg. 50 on Joint Base Anacostia-Bolling (JBAB), Washington, DC. �Mold remediation and Air tests are required in certain areas of the identified building for problematic conditions and signs of microbial growth.� All work to be performed by an Institute of Inspection, Cleaning and Restoration (IICRC) Certified Mold Remediation Contractor.� The Contractor must Perform Air Test before and after remediation has been cleared. �The Contractor will Place areas under negative pressure and remove mold from all identified surfaces, including walls, floors, doors, ceilings and fixtures.� The Contractor will Provide appropriate separation and decontamination areas.� The Contractor will Clean / Remediate identified / affected areas in building.� The Contractor will Replace and remediate walls, floors, ceilings and replace cove base as required.� The Contractor will Prep, Patch and Paint walls once contamination remediated.� The Contractor will Clean and HEPA vacuum carpets.� The Contractor will Properly dispose of all waste / contents properly in an EPA construction landfill according to local, state & federal laws and regulations.� At a minimum, contractors must meet the following requirements: Must be able to obtain / maintain a performance bond for the value of the resulting contract Must provide Past Performance Evaluation(s) that show recent and successful performance of the same or similar work The appropriate NAICS Code is 562910 � Mold Remediation Services.� The contract term is approximately six months.� The potential contract value anticipated is less than $100,000.� All small businesses, woman-owned small businesses, service-disabled veteran-owned small businesses, certified HUB Zone small businesses, and certified 8(a) small disadvantaged businesses that are capable of self-performing this work are encouraged to respond.� Teaming arrangements are allowed.� It is requested that interested small businesses submit a brief capabilities statement package (no more than 3 pages in length, singled-spaced, 12-point font minimum) demonstrating ability to perform the requested services.� This documentation shall address, at a minimum, the following:� Company profile to include number of employees, office location(s), DUNS number, Cage Code, Vets Form 4212 and statement regarding small business designation and status. Relevant Experience of the Prime Contractor, for three (3) completed projects, to include experience in self-performing efforts of similar size and / or scope that involved Mold Remediation Services within the last five (5) years.� Details should include the contract number, indication of whether a prime or subcontractor, contract value, a brief description of the scope performed, and a Government / Agency point of contact with a current telephone number. Statement regarding Bonding Capabilities.� Provide single project and aggregate capabilities.� The package can be submitted electronically to John D. Hill at john.d.hill5@navy.mil no later than 12:00 PM / EDT on Wednesday, 29 July 2020. � Questions or comments regarding this notice may be addressed to John D. Hill at john.d.hill5@navy.mil� �or (202) 767-8601. � �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ed45f853a1494e2eb3b8dca42254757a/view)
 
Place of Performance
Address: Washington, DC 20032, USA
Zip Code: 20032
Country: USA
 
Record
SN05721107-F 20200716/200714230202 (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 |
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.