SOURCES SOUGHT
42 -- Building Remediation Services
- Notice Date
- 12/19/2024 3:08:23 PM
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- W7NW USPFO ACTIVITY ORANG 173 KLAMATH FALLS OR 97603-2108 USA
- ZIP Code
- 97603-2108
- Solicitation Number
- W50S8Z25Q0001
- Response Due
- 1/9/2025 1:00:00 PM
- Archive Date
- 01/24/2025
- Point of Contact
- Shana Stroh, Phone: 5418856380
- E-Mail Address
-
shana.stroh@us.af.mil
(shana.stroh@us.af.mil)
- Description
- 1. General: This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 2. Contract Information: The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining the category of Small Business Set-Aside. The proposed North American Industry Classification System (NAICS) Code is 562910, Remediation Services, which has a corresponding Size Standard of $25 million dollars. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in any business, including all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women Owned Small Business concerns. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. 3. Requirement: 173d Fighter Wing, is seeking sources to perform remediation services for Arsenic, Barium, Cadmium, Chromium, Lead, Selenium, Silver, and Silica at Kingsley Air National Guard Base, Klamath Falls, Oregon. 4. Submission Instructions: Responses to this sources sought notice must be submitted electronically (via email). The Building Remediation Services Sources Sought Info Request Form needs to be completed when responding to the sources sought. Please send your response and attachments to Shana Stroh, Contracting Specialist, at shana.stroh@us.af.mil or Phillip Chik, Contracting Officer at phillip.l.chik2.civ@army.mil by 9 January 2025, 1:00pm PST. A contractor�s response to this Sources Sought shall be limited to the information sheet and five (5) additional pages of information for past performance or experience which may help in market research for industry capacity and shall include the following information: (information requirements below are on the attached response sheet) 1. Contractor�s name, address, point of contact, phone number, email address and CAGE code. 2. Contractor�s small business category and business size: Small Business, Small Disadvantaged, 8(a) firm, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service- Disabled Veteran-Owned Small business (SDVOSB). 3. Contractor�s remediation and cleanup provided services: Arsenic, Barium, Cadmium, Chromium, Lead, Selenium, Silver, and Silica. 4. Provide a maximum of two examples of projects similar in size, scope, and complexity with a brief description of each project, customer name, contract number, and the dollar value. 5. Provide additional relevant information on the contractor�s experience/capabilities as it pertains to the proposed outlined requirement. Disclaimer: This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualification to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published on www.SAM.gov. However, responses to this notice will be considered adequate to a solicitation. All interested partied must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a government contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/86e0f2b97ac0469ca03cea18f2e3961c/view)
- Place of Performance
- Address: Klamath Falls, OR 97603, USA
- Zip Code: 97603
- Country: USA
- Zip Code: 97603
- Record
- SN07298093-F 20241221/241219230119 (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 |