Inactive
Notice ID:FA875119RA002
26 MARCH 2019 - AMENDMENT 0001 IS NOW POSTED TO CLARIFY SOME ITEMS DISCOVERED DURING THE PRE-PROPOSAL SITE VISIT AND MAKE A MINOR CHANGE TO SECTION 2.2 OF THE SPECIFICATIONS. PLEASE SEE THE ATTACHED A...
26 MARCH 2019 - AMENDMENT 0001 IS NOW POSTED TO CLARIFY SOME ITEMS DISCOVERED DURING THE PRE-PROPOSAL SITE VISIT AND MAKE A MINOR CHANGE TO SECTION 2.2 OF THE SPECIFICATIONS. PLEASE SEE THE ATTACHED AMENDMENT AND NEW SOLICITATION ATTACHMENTS 7 AND 8. DEADLINE FOR ANY FURTHER QUESTIONS IS 1200 EASTERN TIME, 29 MARCH 2019. PELASE NOTE - ALL PROPOSALS MUST ACKNOWLEDGE THIS AMENDMENT. INFORMATION CONTAINED WITHIN WILL BE INCORPORATED INTO ANY SUBSEQUENT CONTRACT. RESPONSE DATE REMAINS THE SAME. ____________________________________________________________________ 04 MARCH 2019 - SOLICITATION IS NOW POSTED. PLEASE SEE ATTACHED SOLICITATION PACKAGE. PROPOSALS ARE DUE 03 APRIL 2019. SITE VISIT IS HIGHLY ENCOURAGED AND IS SCHEDULED FOR 14 MARCH AT 1:30 PM. ATTENDEES MUST FOLLOW ALL PROCEDURES FOR SITE ACCESS AS LAID FORTH IN THE RFP. ____________________________________________________________________ The Contractor shall furnish all labor, equipment, devices, and materials and perform all work required to clean and remediate steel frame and related surfaces in Information Directorate (RI) Building 2, Rome, NY 13441. RI has identified structural steel and related surfaces (ductwork, piping, electrical systems, etc) that are coated with accumulated dust which has been sampled and analyzed for the presence of metals, PCBs and asbestos. Elevated concentrations of metals were identified on surfaces throughout the building. All work shall be performed in accordance with all applicable Occupational Safety and Health Administration (OSHA) standards, federal, state, and local laws, regulations, and requirements regarding worker safety while performing at RI. The anticipated period of performance is 180 days after contract award. This acquisition will be a Total Small Business Set-Aside IAW FAR 19.15. The applicable NAICS code is 562910 with an associated small business size standard of $20.5M in average annual revenue. The estimated magnitude of construction is between $500,000 and $1,000,000. Offeror must have the capability to provide payment and performance bonding in the amount of its proposal. Project Manual, Drawings, Past Performance Questionnaire, and Solicitation Sections L and M are attached to this notice. Please note that these are DRAFT versions and may differ slightly from those posted with the anticipated solicitation. The Request for Proposal (RFP) will be posted online at the Federal Business Opportunities website http://www.fbo.gov under the reference number FA875119RA002 on or about March 1, 2019. Proposals will be due approximately 30 days later. A site visit will be conducted about 10 days after issuance of the RFP and will be HIGHLY ENCOURAGED. The site visit date will be finalized when the RFP is posted. The RFP documents will only be available electronically. Potential offerors will be responsible for downloading the RFP documents and for monitoring the website for possible amendments and any additional information. Award will be a firm fixed price (FFP) contract resulting from a competitive negotiated RFP. The award decision will be based on Price / Past Performance Tradeoff (PPT) as identified in FAR Part 15 and supplements thereto. It is intended that award will be made to the lowest priced responsible offeror if that offeror's proposal is technically acceptable and receives a past performance rating of Substantial Confidence. The Source Selection Authority shall make an integrated assessment best value award decision if the lowest priced technically acceptable proposal is not rated as Substantial Confidence in the past performance assessment. Interested vendors may register their contact information at the Federal Business Opportunities website under this notice. The list will be available online and is to facilitate subcontracting and teaming opportunities. NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in and have their Online Representations and Certifications completed in the System for Acquisition Management (SAM)- www.SAM.gov. Offerors must also be actively registered in Wide Area Workflow (WAWF) - https://wawf.eb.mil. All responsible sources may submit an offer which shall be considered by the agency. Refer technical questions to Richard Childres at 315-330-4194, Email richard.childres@us.af.mil with an email copy to John Haberer (john.haberer@us.af.mil). Point of Contact: Richard Childres Contract Specialist Phone: 315-330-4194 Email: richard.childres@us.af.mil