Remediation Services

expired opportunity(Expired)
From: Sandia National Laboratories(Federal)
3090

Basic Details

started - 09 Jan, 2024 (3 months ago)

Start Date

09 Jan, 2024 (3 months ago)
due - 25 Jan, 2024 (3 months ago)

Due Date

25 Jan, 2024 (3 months ago)
Bid Notification

Type

Bid Notification
3090

Identifier

3090
Sandia National Laboratories

Customer / Agency

Sandia National Laboratories
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Id3090Posting TypeSources SoughtPosting Published09-Jan-2024Posting Close25-Jan-2024 11:01Current Time (Albuquerque NM)24-Jan-2024 19:59Estimated RFQ Open05-Feb-2024Estimated Award04-Mar-2024NAICS562910-1: Remediation ServicesBusiness Size Standard$25MEstimated Period of Performance03/04/2024 - 03/03/2025 with 4 one-year option periodsCompetition TypeCompetitiveTitleAsbestos and Other Specialty Abatement Services - CAGeneral InformationThis section displays displays general information about this opportunity.# function _tableSortSubmit(formName,validate,sortEvent,table,val,stat,ptgt,parent) {if( ((typeof TUfromDragEvent != 'undefined') && TUfromDragEvent) || ((typeof TUhideEvt != 'undefined') && TUhideEvt) ) {TUfromDragEvent = false ; TUhideEvt = false;return;}if(parent!=null && parent.tagName =='TH' && parent.getAttribute('sortvalue') != null) { val = parent.getAttribute('sortvalue'); } var submitFunc = (ptgt == (void 0)) ? submitForm :
_submitPartialChange;submitFunc(formName,validate,{event:sortEvent,source:table,value:val,state:stat,partialTargets:ptgt });}TitleGeneral Information10Sources SoughtIf a Request for Quotation (RFQ) results from this posting and the supplier meets the specified requirements, the supplier may be provided an RFQ at a later date.20Labor Category Crosswalk to Service Contract Act (SCA) or Davis Bacon Act (DBA) Wage DeterminationA wage determination may be applicable to any resulting contract. Accordingly, if an RFQ is issued, all interested offerors shall identify in their proposal response any class of SCA or DBA applicable service employees proposed to perform work under any resulting contract and either directly or indirectly match all proposed labor classes to those specifically listed in the applicable wage determination. Failure to provide the required information may render a proposal non-responsive.30Buy American CertificationThe Buy American Act may be applicable. If a Request for Quotation (RFQ) is issued, all offerors shall be required to supply a Buy American Certification. Failure to provide the required information may render a proposal non-responsive.function _richTblRefresh(formName,validate,ptgt,table,event,val) { return _submitPartialChange(formName,validate,{event:event,source:table,partialTargets:ptgt,value:val}); }function _tableRefresh(formName, tablerefresh, src, vld, val, sze, partialTargets){var i = val.indexOf(',');if (i >= 0){sze = val.substring(i+1);val = val.substring(0, i);}var submitFunc = (partialTargets == (void 0)) ? submitForm : _submitPartialChange;return submitFunc(formName,vld,{event:tablerefresh,source:src,value:val,size:sze,partialTargets:partialTargets});}Mandatory RequirementsThis section displays mandatory requirements associated with this opportunity. If you create a response, you must address each.#TitleMandatory Requirement10BUY AMERICAN CERTIFICATE - 980D19 (08-20)“Domestic end product” means—(1) An unmanufactured end product mined or produced in the United States; (2) An end product manufactured in the United States, if—(i) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic; or(ii) The end product is a COTS item.Note: "Assembly" may be considered "manufacturing", provided the assembly operations undertaken in the US make the item suitable for its intended use by NTESS and establish its identity. Operations performed after the item has been completed (e.g., packaging, testing) or to add a single component (e.g., one circuit) would not qualify as manufacturing. Certification(a) The offeror certifies that each end product with an anticipated value exceeding $10,000, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” The terms “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in FAR 52.225-1 Buy American—Supplies.Note: For purposes of valuation against the $10,000 threshold, NTESS considers the purchase of multiples of a single item (e.g., twenty N95 masks) and bulk purchases (e.g., 1000-pc reel of capacitors) an individual item.(b) Foreign End Products (enter N/A below, if no foreign end products will be provided):Line Item No. Country of Origin_________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ _________________________________________20Labor Category Crosswalk to Service Contract Act (SCA) or Davis Bacon Act (DBA) Wage DeterminationA wage determination is applicable to this procurement as described in the Wage Determination requirement in this Request for Quotation (RFQ). Accordingly, all interested offerors shall identify any class of SCA or DBA applicable service employees proposed to perform work under any resulting contract and either directly or indirectly match all proposed labor classes to those specifically listed in the applicable wage determination. Failure to provide this information may render the proposal non-responsive. 30Statement of Work SummaryNational Technology and Engineering Solutions of Sandia, LLC (NTESS) is seeking a qualified Offeror to provide Asbestos Abatement, and other specialty abatement services. Specialty services may include lead paint removal, mold remediation, and beryllium remediation. Projects range from small spot-type removals to larger scale major renovations and demolitions, including multi-story facilities located at Sandia National Laboratories in Livermore, California (SNL/CA).40Mandatory Response RequirementsInterested Offerors shall respond to each of the following mandatory requirements by stating either " 'yes', the Offeror meets this requirement" or " 'no', the Offeror does not meet this requirement" and provide verification documentation as requested in the requirements via email to Kris Lee (kllee@sandia.gov) no later than the posting close date. Failure to meet any of the requirements, or to provide the requested documentation proving the Offeror meets the requirement will result in the Offeror not being eligible to receive the RFQ, if released.50Mandatory Requirement #1 - LocationThe Offeror shall have a place of business within a 50-mile radius of SNL/CARESPONSE REQUIRED: The Offeror must affirm yes or no that they meet this requirement and provide the business address and phone as evidence with their response.60Mandatory Requirement #2 - LicensingThe Offeror shall possess a California Insulation and Acoustical Contractor (Asbestos Abatement & Containment) license (C-2) and a current and valid CA Contractors State License Board General Building License.RESPONSE REQUIRED:The Offeror must affirm yes or no that they meet this requirement. REQUIRED VERIFICATION:The Offeror shall submit an electronic copy of C-2 license as evidence with their response. 70Mandatory Requirement #3 - Safety PerformanceThe Offeror shall meet all the below Safety performance metrics. California Experience Modification Rating (EMR) must be less than one (1.0) for the previous four (4) calendar years. Occupational Safety and Health Administration (OSHA) Total Recordable Incident Rate (TRIR) must be at 4.0 or below for the previous four (4) calendar years. Have zero (0) willful or repeat OHSA violations (as defined by OSHA standards) in the last five calendar years.No work-related fatalities for the past four (4) calendar years. RESPONSE REQUIRED: The Offeror must affirm yes or no that they meet this requirement.REQUIRED VERIFICATION:The Offeror shall submit an electronic copy of their EMR & TRIR (for the last four (4) calendar years) as evidence with their response.80Mandatory Requirement #4 - Safety ProgramThe Offeror shall have an established Safety Program that has been in existence for a minimum of five (5) years, includes a project/task specific abatement workplan that meets the state of CA OSHA requirements, and includes an activity hazard analysis (AHA) workplan for activities that fall outside of specific asbestos abatement activity (for example, roof cut plan, fall-protection, scrap plan, lift plan, etc.) that also meets the state of CA OSHA requirements. Subcontractor shall have an Injury Illness Prevention Plan (IIPP) that is compliant with Title 8 of the California Code of Regulations (T8CCR) Section 3203.RESPONSE REQUIRED: The Offeror must affirm yes or no that they meet this requirement.REQUIRED VERIFICATION:The Offeror shall submit an electronic copy of their IIPP as evidence with their response.90Mandatory Requirement #5 - United States CitizenshipThe Offeror's personnel (and all lower-tier subcontractors) assigned under this subcontract shall be United States citizens. RESPONSE REQUIRED: The Offeror must affirm yes or no that they meet this requirement.

1515 Eubank Blvd SE, Albuquerque, NM 87123, United StatesLocation

Address: 1515 Eubank Blvd SE, Albuquerque, NM 87123, United States

Country : United StatesState : New Mexico

You may also like

Cremation Services

Due: 30 Nov, 2024 (in 7 months)Agency: Sedgwick County

23Z5AH5 - FCC BEAUMONT - MOLD ASSESSMENT AND REMEDIATION

Due: 17 Jul, 2024 (in 2 months)Agency: FEDERAL PRISON SYSTEM / BUREAU OF PRISONS

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.