Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2007 FBO #2032
SOLICITATION NOTICE

R -- Mold Remediation of Medical Library Collection

Notice Date
6/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Jacksonvile, Pensacola Detachment, 690 San Carlos Road Suite A, Pensacola, FL, 32508-5014, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N0751A07RC4B205
 
Response Due
7/5/2007
 
Archive Date
7/20/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO(http://www.neco.navy.mil/). All references to Federal Acquisition Regulation clauses can be viewed at http://farsite.hill.af.mil This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-24 and DFARS Change Notice 20040625. It is the contractor??s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil.dpap/dfars/index.htm. The NAICS code is 562910 and the Small Business Standard is $13.0 million. This is a 100% Small Business Set-Aside The FISC Jacksonville Pensacola Detachment Purchasing Department request responses from qualified sources capable of providing: LIBRARY COLLECTION MOLD REMEDIATION PROJECT IAW BELOW SCOPE OF WORK: Scope of Work The total cubic feet of library material for remediation services is 2,000. The current location of library material is in storage POD??s located adjacent to library. The materials have been stored in POD??s since September 2004 due to damage of the library as a result of hurricane. This Scope of Work is for remediation of mold on library materials, relocation of the collection from storage containers into the library in building 741 at NAS Pensacola, Fl, and shelving the materials in the library. I. Containment and Prep Work: ?? Install new plastic sheeting containment (6mils): a) to protect the collection from weather conditions in an outside staging area between bldg 741 and the storage PODs (PODS will be located in the parking lot adjacent to the building), b) to contain contamination in an inside staging area in the library into which the books will be moved, and shelved, in bldg 741. Negative air pressure and/or static HEPA air scrubbing will be maintained throughout the remediation process. II. Specifics of Scope of Work as of Initial Inspection. ?? Containment structures will be constructed using 6-mils of poly sheeting and PVC, and or lumber, as necessary to access the remediation work area and to: a) prevent adverse weather exposure outside the building, b) prevent cross contamination of the occupied portions inside the building ?? HEPA air scrubbers will be placed in remediation area to provide static air scrubbing and/or negative air pressure in the work area. The HEPA air scrubbers will remain as necessary until clearance is obtained. ?? Volumes will be cleaned in an appropriate manner relating to microbial growth associated with document recovery. This process includes HEPA vacuuming and/or light agitation of the book surfaces with soft brushes and dry sponges to facilitate the dislodging and removal of both viable and non-viable spores. Some staining may remain. ?? Any areas where environmental control is necessary, will be maintained at <68 deg F, and low relative humidity of 30%. ?? Once clearance has been obtained, the containment structure, and any remaining equipment and debris must be removed. ?? Complete process should take no longer than 30 days from date project begins. ?? Final Clearance ?V Once remediation and cleaning services are completed, final clearance testing will conducted prior to the volumes being shelved in Library building 741. This may be accomplished by using a combination of visual and random tape lift sampling. III. Summary ?? All services should be performed in a workman-like manner to remove the mold contaminate safely and successfully. ?? All personnel working within the work areas will be required to wear the appropriate respiratory protection (HEPA), protective clothing (Tyvek suits, gloves, etc.) and meet all standard safety and health procedures of government authorities, following all standard practice guidelines for mold remediation projects. . Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instruction to Offerors- Commercial items; 52.212-3 ALT I, Offeror Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions- Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications- Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. This announcement will close at 11:00AM on 7/5/2007. Contact John Carro who can be reached at 850-452-9918 or e-mail john.carro@navy.mil .A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. Please see numbered note: 1. 52.212-2, Evaluation- Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors- a combination of price and a determination of responsibility/technically acceptable low bids/past performance. All prospective contractors must include with their proposal references of past performance that reflect exact type of services requested. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, gsa contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Place of Performance
Address: 220 HOVEY RD, BLDG 741, NAVAL AIR STATION, PENSACOLA, FL 32508-1047
Zip Code: 32508-1047
Country: UNITED STATES
 
Record
SN01321749-W 20070620/070618221123 (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  © 1994-2020, Loren Data Corp.