Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOLICITATION NOTICE

Z -- Asbestos Abatement and Mold Remediation Services Region 7 West

Notice Date
2/8/2012
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
GS-07P-12-HHD-0009A
 
Archive Date
3/10/2012
 
Point of Contact
Trevor A. Simon, Phone: 817-978-0122
 
E-Mail Address
trevor.simon@gsa.gov
(trevor.simon@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
General Services Administration (GSA) is soliciting competitive proposals for an Indefinite Delivery Indefinite Quantity Contract (IDIQ) for Asbestos Abatement and Mold Remediation, for the Greater Southwest Region; Region 7 West. Region 7 West includes Oklahoma, New Mexico, Texas/New Mexico border areas, Dallas/Fort Worth, and South Central Texas with Region 7 East being the secondary area. Region 7 East includes Arkansas, Louisiana and parts of East Texas. This procurement is set-aside exclusively for total Small Business. The North American Industry Classification System code applicable to this acquisition is 562910, Remediation Services with business size standard of $14 Million average annual income. The Product/Service Code is F108, Environmental Systems Protections-Environmental Remediation. To be eligible for contract award, a firm must be registered in the Central Contractor Registration at http://www.ccr.gov and have completed On-line Representations and Certifications at https://orca.bpn.gov This procurement is an IDIQ Contract for asbestos abatement and mold remediation in government-owned buildings; GSA controlled or leased buildings in various counties/parishes in Region 7 West. The asbestos abatement and mold remediation IDIQ contract is for a period of one (1) year from Notice to Proceed, with four 1-year options, not to exceed five years. The maximum ordering limitation is up to $1,000,000 per year. The guaranteed minimum is $1,000 for the base year ONLY. A bid guarantee will be required in the amount of $200,000. The successful firm will be required to support all locations within Region 7 West. The successful firm shall have the capability to perform asbestos abatement and mold remediation services work at several sites simultaneously and handle large projects in Region 7 West. It is possible to have more than one project in progress at any one given time or location within that area during the term of the contract. Contractors shall have the capability to respond rapidly on an emergency as-needed basis. The asbestos abatement and mold remediation services includes all abatement and remediation activities, but may require the contractor to conduct site surveys, provide determination for confirmation of asbestos/mold scope of work on-site, take bulk samples of suspected asbestos containing materials (i.e. ACM), and prepare reports on the results of the site surveys. Projects will primarily involve asbestos abatement and mold remediation, but may also include selective demolition. The successful firm shall have a minimum of five (5) years experience as licensed asbestos and mold contractor in at least one or more of the following states: Oklahoma, New Mexico, and Texas. All work performed under this contract shall be performed by licensed asbestos/mold parties (either a prime contractor and/or key subcontractor) that is licensed in the state and/or municipality in which the work is to be performed. Proof of licensing and of the requisite experience will be verified prior to awarding a contract, or any delivery order issued under the contract. The Government may or may not hold discussions on technical proposals (except clarifications as described in FAR 15.306(a); therefore, the offeror's proposal should contain the offeror's best terms from a technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer (CO) later determines them to be necessary. The Government is not limited to contacting only those references provided by the offeror. The Government may also consider the offeror's performance on contracts not submitted by the offeror that the Government is aware of, or becomes aware of. The offerors must provide an environmental impact plan that addresses how they plan to reduce the environmental impact of the products and services provided during performance of the resultant contract. The offerors should address the following topics, if applicable, in their Environmental Impact Plan: • Ongoing Consumable Products • Durable Good Products • Facility Alteration and Addition Base Building Element Products • Cleaning Equipment Products • Cleaning Supply Products • Concession Products • Other Green Products • Use of Green Transportation/Meetings • Voluntary Green Consensus Standards/Product Certifications • Use of Recycled Materials • Plan to Minimize, Reuse, or Recycle Project Materials • Additional Miscellaneous Green Practices In addressing each category, the offerors must describe how their plan will meet the scope of work requirements and whether their approach will reduce the environmental impact beyond the requirements of the scope of work. The offeror that proposes green products and services beyond the requirements of the scope of work that will likely reduce the overall environmental impact of the project will be evaluated higher. The offerors must identify up to three (3) projects similar in size, scope, and complexity where they have implemented green products and services during the performance of a project that reduced the environmental impact of the project. For each project, the offerors must provide the following information: • Dollar value of the prime contracts • Date of contracts start and completion, including options • Type of contracts (firm fixed price, incentive fee, time and materials, etc.) • Description of the green products and services implemented and how they reduced the environmental impact of the projects • Name, title, address, and current telephone number of the building's owner or a representative of the owner who can attest to the acceptability of the services provided The offerors will be evaluated based on how well they will successfully implement green products and services required in the contracts. Offerors shall be evaluated higher on a project where the offeror's implementation of green products and services reduced the environmental impact of the project beyond the requirements of the contract. The offerors must provide up to two (2) references for each project listed. For each reference, the contractor must include the reference's name, title, project, email address, and telephone number. If no references are provided for a project, that project will not be evaluated. The government is not required to ensure that an equal number of references be obtained. In addition, the government may consider the offeror's past performance on any other relevant contract within the past five (5) years, of which the government has knowledge or becomes aware of as a result of references or other means. This negotiated procurement will be accomplished by using FAR Part 15.3, Source Selection Procedures, which will result in the award of a firm-fixed price contract. Technical abilities shall be significantly more important than price. Offerors will be evaluated in the following order: (1) Environmental impact plan; (2) Experience and past performance of prime contractor and key subcontractors; (2) Experience, past performance and qualifications of key personnel; (3) Management/technical approach. Offerors will not be reimbursed for proposal submittal expenses. The Government furnished line item listing in this contract will be the primary ordering source. If the awarded firm refuses to accept work for any line item included in a task order issued under this IDIQ contract the government will deem this to be a material breach of the contract and may terminate the contract for cause, without additional expense to the government. Any documents related to this procurement will be available via the Internet only. No hard copies will be available. Offerors are responsible for downloading their own copy of all documents. These documents will be in.pdf (Adobe Acrobat) format and will be available at www.fedbizopps.gov on or about February 23, 2012. It is the offeror's responsibility to monitor this site for the release of any information or documents in the special notices, the solicitation and amendments, if any. Offerors can also register to be notified by e-mail of new postings including synopsis, solicitations, and amendments at the site. All responsible sources may submit a proposal which shall be considered by the agency. We encourage offerors to periodically check the site; it is the offeror's responsibility to make sure you have all of the documents related to the procurement. This procurement is being made under the Small Business Demonstration Program. A pre-proposal conference will tentatively be scheduled for February 29, 2012, to answer questions offerors may have concerning the specifications and technical evaluation criteria. A specific time and location will be issued with the solicitation. Attendance at the pre-proposal conference is not mandatory. Place of Performance: Region 7 West (Oklahoma, New Mexico, Texas/New Mexico border areas, Dallas/Fort Worth, and South Central Texas) Contracting Office Address: U.S. General Service Administration/Public Building Services 819 Taylor Street,12B01 Fort Worth, TX 76102 Primary Point of Contact: Trevor A. Simon Contract Specialist trevor.simon@gsa.gov 817-978-0122
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-12-HHD-0009A/listing.html)
 
Record
SN02670609-W 20120210/120208235153-430dc2460bd5a3622eb71b74137be9f3 (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.