Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOURCES SOUGHT

F -- Sources Sought: Asbestos Removal

Notice Date
1/26/2016
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, Arizona, 85309
 
ZIP Code
85309
 
Solicitation Number
FA4887-16-RFI-ASBT
 
Archive Date
2/24/2016
 
Point of Contact
SrA Ryan Shappell, Phone: 623-856-2784, Joshua Wolery, Phone: 6238569665
 
E-Mail Address
ryan.shappell@us.af.mil, joshua.wolery.2@us.af.mil
(ryan.shappell@us.af.mil, joshua.wolery.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: FA4887-16-RFI-ASBT Notice Type: Sources Sought Synopsis: The 56th Contracting Squadron, Luke AFB, Arizona is conducting market research to determine the existence of interested sources capable of providing all personnel, equipment, supplies, transportation, tools, materials, supervision, other items and non-personal services necessary to perform all operations required in connection with the Indefinite Delivery/Indefinite Quantity (IDIQ) Remediation contract, that includes the response to and assessment, containment, decontamination, mitigation, removal, transportation, disposal, and stabilization of Asbestos Containing Material (ACM), Mold, and/or Lead Containing Material (LCM), and related projects as specified in the Project Description below. This is not a Request for Proposal, but instead a market research method to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small businesses in the following categories: Small Business, Certified 8(a), Certified HUB Zone, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB) having the skills, capabilities, and bonding necessary to perform the described project. You are encouraged to provide feedback via email to Ryan Shappell at ryan.shappell@us.af.mil. The capabilities will be evaluated solely for the purpose of determining whether to set-aside for the small business community or to conduct the procurement under full and open competition. PROJECT DESCRIPTION The work may include the response to and assessment, containment, decontamination, mitigation, removal, transportation, disposal, and stabilization of Asbestos Containing Material (ACM), Mold, and/or Lead Containing Material (LCM), and related projects. A Luke AFB Program Manager will coordinate the activities of the Consultant Contractor and the abatement contractor. The Consultant Contractor and/or Abatement Contractor shall provide personnel, labor, equipment and materials necessary to perform the requirements of the Contract, which shall include the relevant areas of this Scope of Work and the approved On-Site Method of Approach. The Consultant Contractor and/or Abatement Contractor agree(s) that all work authorized under this contract shall be performed in conformance with all applicable Federal, State, and local laws, regulations, and rules including, but not limited to the Occupational Safety and Health Act (OSHA), National Emission Standard for Hazardous Air Pollutants (NESHAP), Resource Conservation and Recovery Act (RCRA), Clean Water Act, Clean Air Act, Arizona Hazardous Waste Management Act, Federal Motor Carrier Safety Regulations, and the Federal Hazardous Materials Regulations as adopted by Maricopa County and the State of Arizona. The anticipated aggregate not-to-exceed amount for this IDIQ contract is $500,000.00 or five years (one base + four option years), whichever comes first. The NAICS Code is 562910, the size standard is $20.5 million, and the Federal Supply Code is F108, Hazardous Substance Removal, Cleanup, and Disposal Services. The planned minimum ordering minimum will be $2K and the maximum-ordering limit will be $80,000.00. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. CAPABILITY STATEMENT The following requests are designed to apprise the 56th Contracting Squadron, Luke AFB, AZ, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages and should be included on one electronic document. 1) Offeror's name, Data Universal Numbering System (DUNS #), Federal Cage Code, address, point of contact, phone number, and e-mail address. Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity, to include identifying comparable work performed within the last five years. The Statement of Capabilities shall demonstrate the skills, experience, knowledge, and capabilities necessary to perform assessment, containment, decontamination, mitigation, removal, transportation, disposal, and stabilization of Asbestos Containing Material (ACM), Mold, and/or Lead Containing Material (LCM), and related projects as specified in the project description above. Provide a brief description of the self-performed project, contract number, customer name and contact information, timeliness of performance, customer satisfaction, and dollar value of the project - provide no more than 10 examples. Also, indicate if the contract was an IDIQ type contract. 4) Offeror's type of small business (8(a), HUBZone, Service Disabled Veteran Owned, Women Owned, or Small Business) under NAICS 562910 - $20.5M size standard. If 8(a), identify whether your business has a bona fide office in Arizona. 5) Offeror's Joint Venture information if applicable - existing and potential. 6) Offeror's Bonding Capability in the form of a letter from Surety letter to include single and aggregate amounts. Capability statements are due no later than 0900 AM MST on Monday, 8 February 2016. Responses may be e-mailed to the primary point of contact listed below. Primary Point of Contact: Ryan W. Shappell Contracting Officer ryan.shappell@us.af.mil Phone: 623-856-2766 Secondary Point of Contact: Joshua Wolery Contracting Officer joshua.wolery.2@us.af.mil Phone: 623-856-9665 The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the 56th Contracting Squadron in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for or return information submitted. Respondents will not be notified of the results of the market research.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/FA4887-16-RFI-ASBT/listing.html)
 
Place of Performance
Address: 14100 W Eagle St, Luke AFB, Arizona, 85309-1217, United States
Zip Code: 85309-1217
 
Record
SN04000654-W 20160128/160126233930-6a79aa574b26bd0eb924605fb887165f (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.