Asbestos Disposal Sault Sainte Marie Project Office (SSMPO) Bank and MSB Offices
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Asbestos Disposal Sault Sainte Marie Project Office (SSMPO)Combined Synopsis/Solicitation The U.S. Army Corps of Engineers (USACE) Detroit District has a requirement for Professional Industrial Hygiene Services for the Abatement and Disposal of floor tile and mastic, wall panels, and pipe covering located at the Bank and Maintenance and Support Building offices located at the USACE Detroit Sault Sainte Marie Project Office (SSMPO) at 119 E. Water Street, Sault Sainte Marie, MI 49783(i) This is a combined synopsis/solicitation for a commercial product prepared in accordance with FAR Part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation is being provided. (ii) The solicitation number is W911XK25QA006. The solicitation is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-07 dated September 30, 2024, and Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice (DCN) dated September 16, 2024. This action is subject to any changes to the Federal Acquisition Regulation (FAR) and the DFARS prior to establishment of this date. (iv) This procurement is being competed as unrestricted. It is being procured as Firm-Fixed Price (FFP) under FAR Part 12, Acquisition of Commercial Products and Commercial Services and FAR Part 13, Simplified Acquisition Procedures. The associated NAICS code is: 562910 ? Environmental Remediation Services, small business size standard of $25 million in average annual receipts. The PSC code is F108 ? Environmental Systems Protection-Environmental Remediation. (v) There are two tasks located within the Scope of Work: Asbestos Abatement Oversight and Air Monitoring and Asbestos Removal and Disposal (vi) Description of requirements for the services to be acquired: Work under this contract includes, but is not limited to: The contractor will provide on-site observation, including inspection of the work area and observe field activities to ensure work is performed in accordance with Federal and State of Michigan regulations. Approximately 820-square feet of 9inx9in asbestos floor tile and mastic, as well as 27 linear feet of metal panel wall with asbestos paper insulation will be removed from the MSB former bank using non-friable abatement techniques. Removal of 3 feet of piping insulation from above the bathroom in the machine shop using non-friable abatement techniques. Removal of 20 linear feet of wall material from Environmental Health office located on the first floor of the MSB. The contractor will review available project documentation and prepare waste characterization packages for submittal to an appropriate landfill. Upon receipt of approval for disposal from the landfill, the contractor will notify USACE and prepare the manifests to accompany each shipment of material.(vii) Delivery Requirements: a. Location of facility is 119 East Water Street, Sault Sainte Marie, MI 49783 b. Work shall occur after award and be completed in one (1) week after start of project.(viii) Basis of Award: The Government intends to award one contract to the lowest priced offeror that meets the requirements as laid out in this RFQ. The Government may also choose to negotiate if only one offer is received. (ix) Customary commercial practices for warranty requirements are applicable for this acquisition.(x) The Offeror shall submit an electronic quote. All quotation information must be in the English language and priced in U.S. dollars. The Government reserves the right to seek clarification on any aspect of the offeror?s quote. (xi) Quotes for this requirement are due on March 17, 2025 at 2:00 PM (Eastern). Quotes shall besubmitted via email as identified in the RFQ.