This is a sources sought for an Asbestos Abatement Blanket Purchase Agreement at Dover AFB Delaware. Dover AFB anticipates awarding multiple Blanket Purchase Agreements under North American Industry Classification System (NAICS) 562910 with the size standard of $22M.
The work consists essentially of but is not limited to furnishing all equipment, supervision, labor, supplies, services, and materials required to accomplish the work indicated in this performance work statement and as otherwise set forth in the contract. The work covered by this document includes the handling of friable and non-friable materials containing asbestos which are encountered during removal and demolition operation and the incidental procedures and equipment required to protect workers and occupants of the building or area, or both, from contact with airborne asbestos fibers. The work also includes the disposal of the removed asbestos-containing materials. Perform work in accordance with all applicable Federal, State and local regulations, standards and codes governing asbestos abatement and other related work. All non-mandatory material within 29 CFR 1926.1101 shall be considered mandatory for the purposes of this specification. In addition, the Government will only accept a Certified Industrial Hygienist (CIH) and Industrial Hygienist (IH) as the "Competent Person" referenced in 29 CFR 1926.1101 (o). The asbestos work includes the demolition and removal of non-friable and friable asbestos located in various facilities on Dover AFB.
Contractors will submit price lists for items on the spreadsheet to be attached on the forthcoming solicitation notice. Offers will be evaluated utilizing the Lowest Price Technically Acceptable (LPTA) evaluation method. The factors considered will be Past Performance, Price, and Technical. More information concerning the Asbestos Abatement requirement will be detailed in the solicitation.
All firms must be registered with the Beta.SAM.gov in order to receive award. Information to register can be found on the Internet at https://sam.gov/content/about/contact or telephone 1-866-606-8220, Monday - Friday from 8am - 8pm EST.
Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents.
All prospective offerors interested in submitting a proposal on this solicitation must have a commercial and government entity code (CAGE Code).
Telephone and fax requests will not be honored.
Interested parties should return a copy of the attached Market Survey to Mr. Andre Jackson at andre.jackson@us.af.mil and Mr. John Porter at john.porter.23@us.af.mil for inclusion on the official list of interested parties.