Subject: ** This is the official Pre-solicitation/ Synopsis for the subject project.
Place of Performance: Joint Base Elmendorf-Richardson, AK
1. The 673d Contracting Squadron is contemplating a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) construction award for Hazardous Materials Abatement Construction on Joint Base Elmendorf Richardson (JBER), Alaska in accordance with (IAW) the Statement of Work (SOW), specifications and drawings.
1. Action Code: Presolicitation/ Synopsis
2. Date: March 5, 2024
3. Year: 2024
4. Contracting Office Zip Code: 99506
5. Product or Service Code: F108
6. Contracting Office: 10480 Sijan Ave, Suite 222
Joint Base Elmendorf-Richardson, Alaska 99506-2500
7. Subject: Hazardous Materials Abatement Construction (HMAC), Multiple Award -Indefinite
Delivery Indefinite Quantity (IDIQ)
8. Proposed Solicitation Number: FA500024B0003
9. Anticipated Closing Response Date: April 22, 2024
10. Contact Point: Cassandra Woodard - Contract Specialist
cassandra.woodard@us.af.mil
907-552-5337
Contact Point and Contracting Officer: Sheng Morris
sheng.morris@us.af.mil
907-552-5288
Contracting Officer: Qian Gao
qian.gao.1@us.af.mil
907-552-6771
11. Description - The project involves HAZMAT sampling, testing, abatement, and remediation for facilities on JBER. Broad range of work to prepare remediation plans and abatement strategies to support the maintenance, repair, alteration, and clean-up of real property on JBER. Variety of trades including, but not limited to, limited scope demolition and repair of facility components, structural members, architectural features, systems, and finishes; and mechanical, electrical, and plumbing features and systems incidental to remediation plans and abatement strategies.
Where required, HAZMAT sampling, testing, abatement, and remediation to include developing, implementing, and executing remediation plans with abatement strategies, work plans, and estimates to accomplish task orders awarded under this contract. Work is to be performed IAW current federal, state, local, and JBER specific codes, regulations, ordinances, design and construction standards, and environmental specifications whether included or referenced. HAZMAT remediation and abatement is to be performed IAW the specifications within the contract and shall submit for approval, modified Unified Facilities Guide Specifications (UFGS) as required. Follow and abide by, but not limited to, the Unified Facility Criteria, other UFCs as referenced or applicable, and referenced industry codes.
The contractor shall perform all labor, materials, equipment, tools, vehicles, and personnel necessary to perform work to be identified in (SOW’s).
12. Please see current DRAFT SOW - Attachment 1 to this notice.
13. CLIN Structure
CLIN 0001- Contractor shall provide all labor, plant, materials, equipment, tools, supervision
and transportation necessary to perform Hazardous Material Sampling and Testing
(Reference) 1.5 Basic Testing and 1.6 Test Reports.
CLIN 0002 – Contractor shall provide all labor, plant, materials, equipment, tools,
supervision and transportation necessary to provide Hazardous Materials Abatement and
Remediation (Reference 1.7 Remediation/ Abatement Plan
14. Place of Contract Performance: Joint Base Elmendorf Richardson
Anchorage, Alaska 99506
15. Set-aside Status: IAW 5.205(f)-
i. Acquisition is being offered for competition limited to eligible 8(a) participates.
ii. North American Industry Classification System (NAICS) code: 562910
It is anticipated that this will be a 100% Small Business Set-Aside with a size standard of
$25M.
iii. Eligibility to participate may be restricted to 100% Small Business Set-Aside participates
in either the developmental stage or the developmental and transitional stages; and
iv. Interested 100% Small Business Set-Aside participates may request a copy of the
solicitation as expeditiously as possible since the solicitation will be issued without
further notice upon SBA acceptance of the requirement for the section 100% Small
Business Set-Aside program.
16. In accordance with (IAW) FAR 36.204(g), Disclosure of Magnitude of Construction Projects, the estimated price range of this project is between $5,000,000 and $10,000,000.
2. Any prospective sources may submit a bid which shall be considered by the agency. The solicitation package will be available only through Electronic Posting System (EPS) and is anticipated to be posted on or about 20 March 2024 on the SAM.gov web page. All bids will be due on or about April 22, 2024. Once the solicitation is posted, it will then become the responsibility of the interested parties to review this site frequently for any updates/amendments. Any prospective contractor must be registered and active in the System for Award Management (SAM) in order to be eligible for award.
To be considered, responsive offerors must register in SAM at https://www.sam.gov/portal/public/SAM/ before submitting an offer. Instructions for registering are available at the SAM website https://www.sam.gov/portal/public/SAM/.
Please direct any questions or concerns pertaining to the project to the POC’s provided below:
Cassandra Woodard - Contact Point and Contract Specialist
cassandra.woodard@us.af.mil
907-552-5337
Sheng Morris - Contact Point and Contracting Officer
sheng.morris@us.af.mil
907-552-5288
Qian Gao - Contracting Officer
qian.gao.1@us.af.mil
907-552-6771
Contracting Office Address:
10480 Sijan Ave, Suite 222
Joint Base Elmendorf-Richardson (JBER), Alaska 99506
United States
Place of Contract Performance:
Joint Base Elmendorf‐Richardson, Alaska 99506
Attachments
1. Draft Statement of Work (SOW) - pdf
2. Synopsis - pdf