Florida Bids > Bid Detail

Mold BPA

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159892183439105
Posted Date: Jan 4, 2023
Due Date: Jan 10, 2023
Solicitation No: FA4819MB22FM0001
Source: https://sam.gov/opp/abb37ad626...
Follow
Mold BPA
Active
Contract Opportunity
Notice ID
FA4819MB22FM0001
Related Notice
F4819MB22FM0001
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
ACC
Office
FA4819 325 CONS PKP
Looking for contract opportunity help?

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.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 04, 2023 08:29 am EST
  • Original Published Date: Dec 14, 2022 11:50 am EST
  • Updated Date Offers Due: Jan 10, 2023 01:30 pm EST
  • Original Date Offers Due: Jan 10, 2023 01:30 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 25, 2023
  • Original Inactive Date: Jan 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Tyndall AFB , FL 32403
    USA
Description View Changes

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 will be evaluated and awarded per the prescribed procedures of FAR Part 13 as a Blanket Purchase Agreement (BPA).



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 a BPA being issued as a 100% small disabled veteran owned business set-aside under North American Industry Classification System (NAICS) code 562910 for Remediation Services. The applicable small business sizestandard is 750 employees.





1. Purchases under this BPA will be paid via Government Purchase Card (GPC) if less than $20,000.00 and through Wide Area Workflow (WAWF) for individual calls equal to or above $20,000.00 issued by a warranted Contracting Officer (CO).

2. Extent of Obligation: The government is only obligated to the extent of authorized calls placed against the BPA.

3. Purchase Limits: Calls against this BPA, shall not exceed $20,000.00 unless placed by a warranted Contracting Officer.

4. Individuals Authorized to make Calls: A list of personnel authorized to place calls will be provided to the contractor, in writing, after award by the Contracting Officer. Updated lists of authorized callers will be provided to the contractor whenever changes in authorized callers occur.



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 this 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 1:00 PM CST, 03 January 2023



Quote Due Date: No later than 1:00 PM CST, 10 January 2023





Some Q/As have been attached (12/20/2022)



Some Q/As have been revised (01/04/2023)


Attachments/Links
Contact Information
Contracting Office Address
  • BLDG 36235 CP 850-283-8643 105 MISSISSIPPI RD
  • TYNDALL AFB , FL 32403-5521
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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.

Start Free Trial Today >