Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:N40080-20-R-0038
AMENDMENT 0001 - Effective 9/23/2020, this solicitation is hereby canceled. COMBINED SYNOPSIS/SOLICITATION. The Naval Facilities Engineering Command (NAVFAC) of Washington, DC 20374 intends to award a...
AMENDMENT 0001 - Effective 9/23/2020, this solicitation is hereby canceled. COMBINED SYNOPSIS/SOLICITATION. The Naval Facilities Engineering Command (NAVFAC) of Washington, DC 20374 intends to award a single, firm-fixed-priced Indefinite Delivery Indefinite Quantity (IDIQ) as a Competitive 8(a) set aside, using FAR Part 12, Acquisition of Commercial Items and FAR Part 15, Contracting by Negotiation. PROPOSAL ARE DUE 25 SEPTEMBER 2020. NAVFAC Washington solicit to responding SBA 8(a) Vendors. A performance-based fixed firm-price contract for Regional Asbestos Testing and Removal Services in accordance with the attached final Performance Work Statement (PWS), Attachments, and Technical Exhibits, on behalf of the Naval District of Washington, which include Public Works Department (PWD) Washington, DC; PWD Dahlgren, VA; PWD Indian Head, MD; PWD Patuxent River, MD; PWD Annapolis, MD; PWD Bethesda, MD; and Resident Officer In Charge of Construction (ROICC) Quantico, VA. The period of performance is for one 12-month base period and four 12-month option periods: Base Period 01 May 2021 – 30 April 2022 Option Period 1 01 May 2022 – 30 April 2023 Option Period 2 01 May 2023 – 30 April 2024 Option Period 3 01 May 2024 – 30 April 2025 Option Period 4 01 May 2025 – 30 April 2026 NOTE: The period of performance may or may not start as soon as December 1, 2020. This requirement will be set-aside for 8(a) Small Business vendors only under North American Industry Classification System (NAICS) code 562910, Environmental Remediation Services, with size standards of $22 million. To be eligible to compete for 8(a) set-aside awards, the contractor must be certified as a Small Business Administration (SBA) 8(a) firm in accordance with SBA regulations. Attached is the solicitation, Standard Form 1449, with the Performance Work Statement incorporated, and additional information. Proposals are due on Thursday, September 25, 2020 by 10:00 AM (Eastern Standard Time (EST)). Please submit your proposal thru DoD Secure Access File Exchange (DoD SAFE) Service; see Section A and Section L of the Solicitation for details. Please submit your questions regarding this solicitation and attachments by Monday, September 21, 2020 by 2:00 PM EST. All questions and comments must be in writing in a Microsoft Word document. All questions will be answered only as an amendment to this notice. Please email questions and comments to shonn.gilkes@navy.mil and jillita.bulluck@navy.mil. All interested Offerors must be registered with the System for Award Management (SAM) http://www.sam.gov prior to submitting future proposals. It is also noted that 8(a) firms must be certified as 8(a) with the Small Business Administration (SBA) as well as certified on SAM.gov. Potential Offerors are responsible for monitoring beta.SAM.gov for any amendments. QUESTIONS DUE: Monday, September 21, 2020 by 2:00 PM EST PROPOSALS DUE: Thursday, September 25, 2020 by 10:00 AM EST The points of contact for this acquisition are: Primary Point of Contact: Shonn Gilkes shonn.gilkes@navy.mil Secondary Point of Contact: Jillita Bulluck jillita.bulluck@navy.mil