Skip to main content

An official website of the United States government

You have 2 new alerts

mold remediation

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Jul 25, 2024 05:35 pm PDT
  • Original Response Date: Aug 02, 2024 12:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 17, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

1. Authority: FAR 6.302-2 - Unusual and Compelling Urgency.

2. Reason for Sole Source: The need for mold remediation is immediate and urgent to prevent further property damage and health risks.

3. Period of Performance: The contract period will not exceed the time necessary to complete the remediation and to compete the follow-on requirements

4. Contractor:

Cecil & Cecil

Enterprises, INC 931

Sacramento CA 95825-3901

In accordance with FAR 6.302-2, The Indian Health Service intends to award a sole source contract for urgent and compelling mold remediation services to Cecil & Cecil.  The Government would be seriously injured unless the agency is permitted to limit the number of sources from which it solicits bids or proposals. The urgent need to address mold issues at Desert Sage Youth Wellness Center (Hemet) 39990 Faure Road Hemet CA 92544.  Desert Sage Youth Wellness Center is a quasi-treatment center for children, (ages 12-17) struggling with Substance abuse and co-occurring disorder, immediate action is necessary to prevent further damage and ensure safety. The urgency is based on the fact that lives are affected and the residents of this treatment center would be at significant risk.

This synopsis does not constitute a solicitation; however, if any interested party believes they can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities must be submitted in writing and must contain clear and convincing evidence that competition of this requirement would be advantageous to the Government. If parties choose to respond, any cost associated with preparation and submission of data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government. 

Please see attached draft performance Work Statement

Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: Alicia.powell@ihs.gov  Please
NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED

Contact Information

Primary Point of Contact





Secondary Point of Contact





History