Virginia Bids > Bid Detail

ASBESTOS INDUSTRIAL REMOVAL

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
  • S - Utilities and Training Services
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159791679105700
Posted Date: Apr 12, 2023
Due Date: Apr 18, 2023
Solicitation No: N4215823RC-R-S006
Source: https://sam.gov/opp/6c71db6345...
Follow
ASBESTOS INDUSTRIAL REMOVAL
Active
Contract Opportunity
Notice ID
N4215823RC-R-S006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
NORFOLK NAVAL SHIPYARD GF
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 12, 2023 01:53 pm EDT
  • Original Response Date: Apr 18, 2023 10:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Portsmouth , VA 23709
    USA
Description

THIS IS A SOURCES SOUGHT. THIS IS NOT A REQUEST FOR PROPOSAL.



This announcement constitutes a Sources Sought (SS) for information and planning purposes. Norfolk Naval Shipyard (NNSY) intent of this announcement is to identify qualified and experienced sources for a contract vehicle that will provide technical oversight to perform support services as defined in the attached draft Statement of Work (SOW). This announcement constitutes a sources sought for written information only. This is not a solicitation announcement for proposals and a contract will not be awarded from of this announcement. This announcement is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response.



Background:



The contractor shall provide services to accomplish removal of asbestos insulation aboard a U.S. Navy nuclear submarine, MTS 635 Samuel Rayburn. The majority of the asbestos insulation removal will occur within the Reactor Compartment (RC) and a small amount of asbestos insulation removal outside but adjacent to the RC within the ship. This involves asbestos remediation and asbestos cleanup; control and packaging of radioactive material containing asbestos. Asbestos also contains Resource Conservation and Recovery Act (RCRA) hazardous constituents and PolyChlorinated Biphenyls (PCBs). The contractor shall use all State of Virginia, OSHA and EPA requirements for asbestos, hazardous constituent, and PCB work as well as use all applicable radiological control requirements per Reference (2.2). The contractor shall furnish the material, equipment, production and engineering support, and staffing necessary to execute the work.



Period of Performance



Services shall begin on or around 28 June, 2023 and shall end on or around 15 August, 2023.



Place of Performance



Norfolk Naval Shipyard, Portsmouth, Virginia 23709. Controlled Industrial Area.



Security Requirements



Employees must be able to pass a background check to be authorized to perform work on the shipyard.



Anticipated NAICS Code



The NAICS Code for this requirement is 562910 – Environmental Remediation Services with a size standard of 750 employees. The Government has not yet determined whether an existing strategically sourced vehicle will be used to satisfy this requirement.



Capability Statement



Reponses to this Sources Sought request should reference and shall include the following information in this format:



 Company name, address, point of contact name, phone number, fax number and email address.



 Contractor and Government Entity (CAGE) Code.



 If the services can be solicited from a GSA schedule, provide the GSA contract number.



 If the services can be solicited from SeaPort, provide the contract number.



 Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Service Disabled Veteran-owned.



 An estimated Rough Order of Magnitude (ROM).



 A copy of SAM.GOV active registration. Must reflect SAM Unique Entity Identification (UEI), Commercial and Government Entity, and Reps/Certs (Not included in page limit).



 Capability statement displaying the contractor’s ability to provide the services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the full contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought.



 Comments on the proposed Period of Performance schedule.



 Anticipated number of days work could start and be completed after award.



 Comments or suggested changes to the Government's NAICS Determination.



 Identify conditions or issues the U.S. Government should consider or may interfere with the intention of this project.



 Include any other supporting documentation.



The Government is still determining the acquisition strategy and if this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14.



If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.



Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed five (5) typewritten pages in no less than 12 font size.



Responses should be emailed to Shakir Shinaba at shakir.o.shinaba.civ@navy.mil with a copy to Courtney Woodley, Contracting Officer, at courtney.t.woodley.civ@us.navy.mil by 10:00 P.M. on 18 April, 2023. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued.



Attachments



Attachment I – DRAFT SOW April 2023



NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.


Attachments/Links
Contact Information
Contracting Office Address
  • 1 NORFOLK NAVAL SHIPYARD BUILDING 276
  • PORTSMOUTH , VA 23709-1001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 12, 2023 01:53 pm EDTSources Sought (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.

Start Free Trial Today >