Inactive
Notice ID:FA4819TyndallAsbestosandLeadSurveys
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The purpose of this announcement is to conduct market research to determine the availability and capability of businesse...
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The purpose of this announcement is to conduct market research to determine the availability and capability of businesses to provide asbestos and lead based paint surveys at Tyndall AFB, Florida. Information provided to the Government as a result of this posting is for planning purposes only, and is strictly voluntary and given with no expectation of compensation. Additionally, the submission of this information is not to be construed as a commitment by the government to procure any services, nor does the Government intend to award a contract on the basis of this request for information. The information attained will be used to facilitate acquisition planning. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside is in the Government's best interest. The NAICS Codes is 562910, Remediation Services, with a size standard of $20.5M. A response to this sources sought synopsis will not be considered an adequate response to any forthcoming solicitation. There is no solicitation available at this time. The tentative solicitation issue date is to be determined. Any future solicitation will be made available only on the Federal Business Opportunities website (https://www.fbo.gov/). Interested Parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates and/or amendments. The 325 Civil Engineering Squadron is requesting asbestos and lead paint surveys for multiple facilities at Tyndall Air Force Base, FL. Potential vendors will be required to have all applicable state and federal credentials and certifications required by law (Asbestos Inspector Training through FL approved institution, FL Licensed Asbestos Consultant, etc.). Vendors shall be available to begin performance of the necessary survey work within 48 hours of government notification and produce a report with findings no later than five (5) days from the start of the survey. Testing shall be performed by an accredited institution/lab. Potential vendors are encouraged to provide feedback regarding asbestos and lead based paint surveys (feasibility of the stated timelines, additional certifications needed, etc.). The government may not respond to or publish comments, resulting actions, changes, etc.; however, the feedback may be used to finalize the requirement. SUBMISSION REQUIREMENTS: It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. It is requested that interested small businesses submit a brief capabilities statement (no more than 5 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: Written narrative of the company's technical expertise and capability, presented in sufficient detail for the Government to determine that the company possesses the necessary expertise and experience to compete for this acquisition of asbestos and lead paint surveys; Company size in relation to the applicable North American Industry Classification System code (NAICS) 562910, and Commercial and Government Entity (CAGE) Code; The socioeconomic status of the company, i.e., small business concern, 8(a) business, HUB Zone small business, small disadvantaged business, woman-owned small business, veteran owned small business, or Service disabled veteran owned small business.; Demonstrate the company has adequate financial resources to perform this requirement; or the ability to obtain financial resources to perform this requirement; Point of Contact information to include name, e-mail address, telephone and fax numbers. ALL SUBMISSIONS MUST BE RECEIVED NO LATER THAN 12:00 PM CENTRAL TIME ON 4 APRIL 2019. PACKAGES CAN BE SENT ELECTRONICALLY TO Francisco.Lopez.11@us.af.mil and/or Matthew.Lahr.3@us.af.mil. The Government WILL NOT provide a debrief on the results of the survey. All information submitted will be held in a confidential manner and will only be used for