Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2020 SAM #6818
SOLICITATION NOTICE

Z -- Z - Site R Facility Integrity and Life Safety (FILS Phase 3)

Notice Date
7/28/2020 11:55:26 AM
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
 
ZIP Code
203011000
 
Solicitation Number
HQ003420R0027
 
Response Due
8/3/2020 11:00:00 AM
 
Archive Date
08/04/2020
 
Point of Contact
MARCUS M. FIELDS, SR CONTRACT SPECIALIST, Phone: (703) 545-1580, KYLE R. BLAKE, CONTRACTING OFFICER, Phone: (703) 545-1037
 
E-Mail Address
marcus.m.fields.civ@mail.mil, kyle.r.blake5.civ@mail.mil
(marcus.m.fields.civ@mail.mil, kyle.r.blake5.civ@mail.mil)
 
Description
THIS PRE-SOLICITATION SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS This project is the third phase of a program to clean-up Site R roof areas and cavities from asbestos contamination and make necessary repairs and improvements for Facility Integrity and Life Safety (FILS Phase 3).� The first phase of this program is complete. The second phase is underway. The scope of work for this third phase is intended to pick-up where the previous phases left off. Generally the work will include Site R wings A & B (a.k.a. �buildings�) and some other areas that were left undone from the previous phases.� The successful offeror must supply all design, engineering, labor, materials, supplies, equipment, and disposal needed to accomplish Statement of Work requirements. The items of work include, but are not limited to, the items listed in the attached Pre-Solicitation Draft Summary of Work. The successful offeror must coordinate concurrent construction and incidental engineering and design efforts to meet schedule requirements. Wild water drainage must be compatible with existing designs.� The work included in the base award must be complete an estimated 365 days after the successful offeror receives Notice to Proceed. There are 4 contemplated options for additive work. Each option is estimated to require 120 days to complete but is expected to be suitable for concurrent performance with base award work. If any option is not exercised at least 120 days before the scheduled completion date, an appropriate amount of additional time will be provided at the time of option exercise. � The requirement package includes Controlled Unclassified Information (CUI). Plans and technical requirements will be made available to potential offerors that complete a briefing on document handling and control at the pre-proposal conference and site walk. There is no charge for the solicitation documents. The CUI as-constructed drawings for the existing wild water conveyance system from previous FILS phases and the full technical requirements package will be made available at the pre-proposal conference and site walk.� The estimated magnitude of construction IAW DFARS 236.204(i) is between $10,000,000.00 and $25,000,000.00.� The contract type anticipated is firm-fixed-price. Most work is priced on a lump sum basis. Some work elements include a pre-negotiated unit price that may be used to acquire additional quantities necessary to complete the scope.� The Tri-Service Unified Facilities Criteria (UFC) UNIFORMAT II work breakdown structure is contemplated.� The North American Industry Classification System (NAICS) code that represents the majority of the work is 562910 Remediation Services. Work of this nature and character can also be accomplished by NAICS 236220 Commercial and Institutional Building Construction contractors with the necessary capabilities to manage remediation work and associated engineering, design, and construction. The product/service code (PSC) that represents the majority of the work is Z1QA Repair or Alteration of Restoration of Real Property (Public Or Private). The location of the work is at a secure facility in Adams County, PA (Site R). The draft DD Form 254 Contract Security Classification Specification is attached. The level of facility security clearance (FCL) required is SECRET. The level of safeguarding for classified information/material required at the contractor facility is SECRET.� Offerors must have an active SECRET FCL and the capability for SECRET information/material safeguarding at the time of proposal submission.� The final acquisition schedule will be included with the solicitation. For purposes of this pre-solicitation notice, release of the solicitation is anticipated in early August, 2020 with proposals due 30 days later. A mandatory pre-proposal conference and site walk is planned approximately 1 week after solicitation release. Potential offerors must attend the pre-proposal conference and site walk to obtain the complete requirement package and associated Controlled Unclassified Information (CUI) necessary to prepare and submit the proposal. An award is anticipated on or before 30 Sep 2020, subject to availability of sufficient funds. We plan to include a base award and optional additive tasks on the offer schedule. This requirement will be solicited using full and open competition open to all responsible large and small business offerors with the necessary capabilities, active SECRET FCL, access to necessary cleared personnel, and adequate bonding capacity to submit offers. Large business offerors must submit a small business subcontracting plan with their offer. No small business subcontracting plan is required from small business concerns. THE INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IS NOT BINDING WHS/AD has not made a commitment to procure any of the services discussed and this notice should not be construed as a commitment or as authorization to incur cost from which reimbursement would be required or sought. Emails or telephone calls about this pre-solicitation synopsis will not be responded to; however, the Government may, but is not required to, consider comments and suggestions from industry received by the pre-solicitation response date and time indicated as the solicitation package is finalized.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a675c7b48b9149f9ad4831b6fd256802/view)
 
Place of Performance
Address: Fairfield, PA 17320, USA
Zip Code: 17320
Country: USA
 
Record
SN05736174-F 20200730/200728230140 (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.