Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2006 FBO #1699
SOURCES SOUGHT

Z -- Emergency Restoration Services

Notice Date
6/2/2006
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Division of Real Property Acquisition Services, Bldg. 13, Room G800 MSC 5711, Bethesda, MD, 20892
 
ZIP Code
20892
 
Solicitation Number
Reference-Number-292-06-SS-(HN)-0602
 
Response Due
6/21/2006
 
Point of Contact
Valeria Thomas, Contract Specialist, Phone 301-435-4326, Fax 301-402-1103,
 
E-Mail Address
thomav@mail.nih.gov
 
Description
***********MARKET SURVEY************* The National Institutes of Health is conducting a MARKET SURVEY to determine the availability of certified 8(a), HUBZone, and Service-Disabled Veteran-Owned Small Business Concerns capable of performing Emergency Restoration Services. The applicable North American Industry Classification System (NAICS) Code is 236220 and the small business size is $31 million. All work will be performed at either the National Institutes of Health campus in Bethesda, Maryland or the National Institutes of Health Animal Center in Poolesville, Maryland. DESCRIPTION OF THE REQUIREMENT: Provide all labor, material, and equipment for clean up and repair of NIH facilities in response to emergency calls at the NIH Bethesda campus and the NIHAC facility in Poolesville, Md. Primary services to include water extraction, carpet cleaning, general cleaning, moving and temporary storage, demolition of damaged finishes, mold remediation, smoke damage remediation, repair and replacement of damaged interior finishes, and other remedial services as required by specific incidents. Provide timely response to emergency calls at all hours from NIH Facilities Operations staff in response to building flooding and other potential emergency situations and restore affected areas to a safe, sanitary, and functional condition as soon as possible following flooding or other unforeseen incident. Work may range from minor localized water damage due to equipment leaks, to major flooding of multiple floors. Work areas include administrative, laboratory and specialized work environments. Provide services, technical assistance, and expertise in the areas of mold remediation, document drying and restoration, and building restoration. Be equipped to provide specialized cleaning services as required to manage mold remediation, smoke and soot removal, and deodorization. POTENTIAL SOURCES MUST PROVIDE THE FOLLOWING ELEMENTS IN THEIR RESPONSE: 1. Company name, address, phone number, primary contact(s), email address, NAICS code(s), and small business size. 2. Date and evidence of certification: 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business. 3. List firms experience in work performed of similar type and scope to include projects in progress and completed projects within the past 5 years, completion dates, contract numbers, project titles, short project descriptions, dollar amounts, and points of contact with their current phone numbers. Indicate if you were a prime contractor or subcontractor, and if a subcontractor, provide the name and point of contact for the prime contractor. 4. Include specialized experience and technical competence of firm; date and identify specific experience and qualification of personnel and record of working together as a team; identify past record of performance on contracts to include Government Agencies. 5. Provide Statement of Capability. Potential sources’ experience must demonstrate and document the following in the capability statements: a) Must have an existing emergency call network established for processing emergency requests at all hours, year round; b) Must be able to mobilize and be on site and ready to work within 2 hours of receipt of emergency request, 24hrs/day, 7 days/week, and 365 days/year; c) Must be able to provide all necessary labor and equipment to respond immediately to a variety of needs, including water extraction, comprehensive building drying and dehumidification, mold and smoke abatement and remediation, and minor demolition and repair; d) Must have and maintain staff certifications in areas of mold remediation, general restoration; e) Must have additional technical requirements to include testing and monitoring of moisture level. Interested Small Business organizations should submit two (2) copies of their capability statement addressing each of the areas cited above. Written capability statements shall be limited to 7 pages and must be received by 4:00 p.m. EST on June 21, 2006. Failure to submit all information requested would result in being considered not interested in this requirement. Please reference the solicitation number on all related correspondence. No collect calls will be accepted. NO FACSIMILE TRANSMISSIONS WILL BE ACCEPTED. Capability statements must be submitted to: National Institutes of Health, Office of Acquisition, ORF, ATTN: Valeria Thomas, 9000 Rockville Pike, Building 13, Room G800, Bethesda, MD 20892 This notice is for information and planning purposes only and does not commit the Government to award a contract now or in the future. THIS IS NOT A REQUEST FOR PROPOSALS. The Government does not intend to award a contract based on responses under this announcement. Any proprietary information should be so marked. Interested organizations presenting a capability statement in response to this sources sought announcement must identify their size status. All questions/inquiries must be submitted in WRITING through email to thomav@mail.nih.gov or mailed to the following address: Office of Acquisition, ORF, ATTN: Valeria Thomas, 9000 Rockville Pike, Building 13, Room G800, Bethesda, MD 20892 NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-JUN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 20-JUL-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/NIH/ORS/Reference-Number-292-06-SS-(HN)-0602/listing.html)
 
Place of Performance
Address: National Institutes of Health Campus in Bethesda, Maryland or the National Institutes of Health Animal Center in Poolesville, Maryland
Country: USA
 
Record
SN01094582-F 20060722/060720224932 (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.