Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2010 FBO #3109
SOLICITATION NOTICE

H -- TOP/LVN comprehensive asbestos inspection needed to comply with VA directive

Notice Date
5/28/2010
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25510RQ0373
 
Response Due
6/24/2010
 
Archive Date
7/9/2010
 
Point of Contact
David Holden
 
E-Mail Address
ct
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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. This requirement is being issued under the Simplified Acquisition Procedures as a Request for Quotation (RFQ) VA-255-10-RQ-0373. RFQ VA-255-1-RQ-0373 is for a comprehensive asbestos inspection of buildings in the Eastern Kansas Healthcare System, Leavenworth campus (4101 S. 4th street, Leavenworth, Kansas) and Topeka Campus ( 2200 Gage Boulevard, Topeka, Kansas). This solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-37. This procurement is a 100% Service Disabled Veteran Owned Business set-aside Authority 38 USC 8127 (d). The NAICS code is 541620 and the small business size standard is 7.0 M. The government contemplates a firm fixed price contract from this procurement. This requirement shall be completed in accordance with the Statement of Work. Period of performance is from the date of award to September 30, 2010. All work shall be completed by September 30, 2010. Statement of Work: Solicitation Attached Site Visit: There will be only one pre-award site visit scheduled for each medical facility. For the project held at the Topeka VAMC. Contractor will meet for the site visit at Bldg. 1, Hawley Auditorium at 09:00 a.m. CST on Monday, June 07, 2010. For the project held at the Leavenworth VAMC. Contractor will meet for the site visit at Bldg. 122 Room 25 (Medical Media Room) at 09:00 a.m. CST on Tuesday, June 08, 2010. Interested offerors should attend both meeting to inspect the work site and obtain information on the project before submitting a quotation If you plan to attend please contact David P. Holden by COB Friday, June 4, 2010 with the number of individuals attending. Please email your intent to David.Holden@va.gov and courtesy copy to Christopher.mckeel@va.gov. All technical questions shall be submitted in writing to David P. Holden by COB June 11, 2009. All prospective offers must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. All prospective offers and subcontractors must be registered and listed in VIP (http:// www.vetbiz.gov) Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1(see attached solicitation) or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions apply to this acquisition (see attached solicitation). FAR provision 52.212-1, Instructions to Offerors of Commercial Items (Sep 2006). FAR provision 52.212-3 Offeror Representations and Certifications Commercial Item (Nov 2006). FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.247- 34 FOB Destination. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items, FAR 52.228-5 Insurance Work on a Government Installation, FAR 52.237-1 Site Visit, FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation, VARR 852.219-10 VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside, VARR 852.203-70 Commercial Advertising, VAAR 852.203-71 Display of Department of Veterans Affairs Hotline Poster, VAAR 852.237-70 Contractor Responsibilities, VAAR Nondiscrimination in services provided to beneficiaries, VAAR Security requirements for unclassified information technology resources, VAAR 852.273-76 Electronic Invoice Submission apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are FAR 52.219-8, FAR 52.219-27, FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.222-39, FAR 52.222-41, FAR 52.222-42 FAR, FAR 52.222-44, FAR 52.222-54, FAR 52.225-1, FAR 52.225-13, FAR 52.232-34. FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) (see attached solicitation Wage Determinations) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability Past Performance Price Technical and past performance, when combined, are more important than price. Offerors shall provide the following information for evaluation purposes, which are listed in descending order of importance: (a) Technical Qualifications: (1) Provide written evidence that all field employees expected to work on this contract are (1) enrolled in a medical surveillance program for asbestos disease that meets current OSHA requirements outlined in 29 CFR 1926.58 and (2) have been medically cleared within the past 12 calendar months to wear a negative pressure, air-purifying respirator, and (3) have been fit-tested within the past 6 calendar months in the same make and model of negative pressure, air-purifying respirator as may be utilized during this project. (2) Provide written evidence of current AHERA accreditation (Building inspector, Management Planner and/or Project Designer, as applicable) and applicable state licensure. (3) Provide quality control plan that includes: Performing all required inspections and tests Listing all subcontractors and services they will perform Compliance with applicable Federal, state and local codes and regulations and VHA directives related to conducting this survey Correction of unsatisfactory sampling and testing (b) Past Performance: List a minimum of three (3) references, including contract number, dates of performance, point of contract and telephone number. Identify any Federal, State and local Government and private contracts that are similar in nature in scope and size. References should include on-going contract or those completed within the last three (3) years. (c)Price: Offeror ™s quotation shall reflect firm-fixed pricing to provide services as outlined in the solicitation. (see attached solicitation) Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value utilizing the above technical, past performance and price factors. Offers shall be clearly marked with RFQ referencing number # VA-255-10-RQ-0373 Contractors shall submit their information in two (2) separate envelopes. One (1) envelope shall be marked (TECHNICAL) and the other envelope shall be marked (PRICE). Two (2) copies of their technical and past performance proposals shall be submitted. Two (2) copies of the signed solicitation including price/cost as requested shall be submitted. NO PRICING information should be contained in the TECHNICAL envelope. Offers will be received by mail or if hand-carried at the address listed below until June 24, 2010 at 12:00 a.m. Central Standard Time (CST). The point of contact for this procurement is David P. Holden, Contracting Specialist, Department of Veterans AffairsVA Heartland Network 15, Contracting Office 4101 S 4th Street Trafficway Leavenworth, KS 66048-5055 Email: david.holden@va.gov Phone: 913-758-4281
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25510RQ0373/listing.html)
 
Place of Performance
Address: 4101 S. 4th Street;Leavenworth, Kansas
Zip Code: 66048
 
Record
SN02163525-W 20100530/100528235524-809dbea38aa698c4c79c7bb5f60ae5a7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.