Similar Projects
Pine Bluff Pond Repair Project
Infrastructure
Bidding
$1,355,210 CJ est. value
Powder Springs, GA 30127

Playground Safety Surfacing
Renovation
Sub-Bidding
$400,000 CJ est. value
Douglasville, GA 30134

Neptune Park Main Pool Re-Plaster Project
Renovation, Infrastructure
Sub-Bidding
$150,000 CJ est. value
St Simons Is, GA 31522

Interior Demolition and Abatement
Post-Bid
$650,000 est. value
Atlanta, GA 30303

On Call Environmental Services
Post-Bid
GA

Water Quality Monitoring
Term Contract
Results
GA

Watershed Protection and Management Plan
Results
Less than $8,100 est. value
Kingsland, GA

McClarin High School - Asbestos and Lead Paint Abatetment
Term Contract, Renovation, Infrastructure
Sub-Bidding
$40,000 CJ est. value
College Park, GA 30337

Asbestos Abatement and Demolition of Central Elementary School
Demolition
Post-Bid
Dublin, GA 31021

Goodyear Clubhouse Renovation - Abatement
Results
Cartersville, GA 30120

Residential Solid Waste Collection and Disposal Services
Term Contract
Sub-Bidding
Blackshear, GA 31516

Asbestos Abatement, Demolition and Debris Removal
Demolition, Term Contract
Post-Bid
GA

Asbestos Abatement and Building Demolition
Demolition, Alteration
Results
Harlem, GA 30814

Pond Sludge Removal
Term Contract
Sub-Bidding
Sardis, GA 30456

Groundwater/Methane Gas Monitoring Services
Alteration
Post-Bid
McDonough, GA

Last Updated 08/18/2022 04:02 PM
Project Title

Asbestos Abatement

Physical Address View project details and contacts
City, State (County) Athens, GA 30605   (Clarke County)
Category(s) Single Trades
Sub-Category(s) Environmental
Contracting Method Competitive Bids
Project Status Construction start expected August 2022
Bids Due View project details and contacts
Estimated Value $10,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The asbestos countertops in the attached document are painted white. The interior of the hood and the sinks are not painted, but they are asbestos. When the contractor comes to do the work, the counters, hood, and sinks will have been cleared of items and all electrical and plumbing connections will have been disconnected. Questions and Answers: Q: Can you please provide the test results of the asbestos detection The test results will assist the contractor with knowing what materials were detected and how best to address the removal. Do you have any photos of the space of detection A: There were no tests done. The building was constructed with asbestos countertops, sinks, and hoods. The facilities maintenance supervisor verified they were asbestos. One end of one counter is exposed asbestos, which can be seen in one of the pics I will be sending. Q: Will the contractor be able to work on the area during the day time or after work hours A: The contractor will be able to work during normal business hours only. Q: Is the building currently being used for regular business A: The building is being used for business, but the laboratories containing the asbestos will not be in use. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 12405B22Q0336 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated NAICS code is 562910 (Remediation Services), with a small business size standard of $22 Million. USDA, ARS, ESQRU 950 College Station Road Athens, GA 30605 Is looking for procurement Asbestos Abatement that fits into the associated Statement of Work. The Government anticipates award of a Firm Fixed Price contract. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered items meet all parts of the Equipment Requirements and/or Statement of work requirements. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping if required). Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price, and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-14 Service Contract Reporting Requirements; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.243-FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.243-1, Alternate 1, Changes - Fixed Price; FAR 52.243-4 Changes; FAR 52.249-2 Termination for Convenience of the Government (Fixed Price); 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than August 19, 4:00pm Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Friday August 17, 2022. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. Attachments

Details

Division 01 - General Requirements, Special Procedures, Environmental Procedures.
Division 02 - Existing Conditions, Environmental Assessment, Hazardous Material Assessment, Site Remediation, Asbestos Remediation.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents