B280 Mold
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159281663702180 |
Posted Date: | Jan 10, 2023 |
Due Date: | Jan 30, 2023 |
Solicitation No: | FA4819FM23MR001 |
Source: | https://sam.gov/opp/e95abd1ebc... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: Jan 10, 2023 10:36 am CST
- Original Date Offers Due: Jan 30, 2023 01:30 pm CST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Feb 14, 2023
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES
-
NAICS Code:
- 562910 - Remediation Services
-
Place of Performance:
Tyndall AFB , FL 32403USA
This is a combined synopsis/solicitation for mold remediation in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Written quotes are required (oral offers will not be accepted). Submission of quotes must be inaccordance with FAR 52.212-1, Instructions to offerors, commercial items.
The solicitation document, incorporated provisions, and clauses in effect are IAW Federal AcquisitionCircular (FAC) 2022-06, Defense Acquisition Circular Number 20220623 and Air Force Acquisition Circular 2022-0502.
This acquisition is being issued as a 100% small business set-aside under North American Industry Classification System (NAICS) code 562910 for Remediation Services. The applicable small business sizestandard is 750 employees.
The Contractor shall provide all personnel, equipment, tools, materials, supervision, transportation, and any other items and services necessary to perform mold remediation services as defined in this SOW. All work shall be completed in strict accordance with the SOW, contract clauses and Department of Labor (DOL) Wage Determination incorporated herein.
The Contractor will provide a Building Health Report along with a lab report for mold air and surface sampling (as requested by the COR). Attached is a Statement of Work (SOW) Building Health Report/Sampling. The Report will contain a due diligence assessment and will provide recommendations (Scope of Work) to address deficiencies found. Mold remediate all areas identified as having mold to include walls, ceilings, and above ceiling tiles and all other areas identified. Take air samples to ensure all spaces are cleared for personnel occupancy. Work shall be performed in accordance with all federal and state regulations (See attached Florida Standards of Practice for Mold Remediation). A schedule should be coordinated with the Contracting Officer Representative (COR). Once mold remediation has been completed, an inspection will be conducted by the COR and the contractor Project Manager to ensure all mold and mildew has been remediated. Any areas identified should be corrected as soon as possible. Once the identified area is corrected, notify the COR
Questions Due: No Later than 3:30 PM CST 20 Jan 2023
Quotes Due: No Later than 1:30 PM CST 30 Jan 2023
- BLDG 36235 CP 850-283-8643 105 MISSISSIPPI RD
- TYNDALL AFB , FL 32403-5521
- USA
- SrA Frances Montgomery
- frances.montgomery@us.af.mil
- Phone Number 8502838692
- MSgt Jillian Alexis
- jillian.alexis@us.af.mil
- Phone Number 8502838669
- Jan 10, 2023 10:36 am CSTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.