SOLICITATION NOTICE
H -- Lead Paint Analysis for Building 6 Miller Field
- Notice Date
- 4/4/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NER - NPNH MABO - National Parks of New York Harbor MABO 210 New York Avenue Staten Island NY 10305
- ZIP Code
- 10305
- Solicitation Number
- P11PS00383
- Response Due
- 4/15/2011
- Archive Date
- 4/3/2012
- Point of Contact
- Linda Richardson Purchasing Agent 7183544527 linda_richardson@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) 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; proposals are being requested and a written solicitation will not be issued. P11PS00383 is issued as a Request for Quote (RFQ).(ii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50 This solicitation is a total small business set-aside, NAICS 562910, Remediation Services with a small business size standard of $14.0 million. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. The contractor shall provide the following: 1.0 BackgroundThis statement of work (SOW) defines requirements for a Level II lead-based paint (LBP) analysis at Building 6 Housing Unit at Miller Field, located within the Staten Island Unit of Gateway National Recreation Area. The analysis is being pursued in response to a positive paint chip sample test performed in the interior of Building 6. A thorough analysis is needed to determine the exact locations and extent of lead paint and to determine the most effective lead abatement process. 2.0 ScopeThe Contractor's work will provide the basis and direction for a future contract to comprehensively address lead abatement throughout Building 6. Assessments under this scope include identification, sampling and analysis of suspect LBP and lead dust from the interior of the approximately 7,000 SF residential rental unit. All painted surfaces must be analyzed including but not limited to the basement, 1st floor, 2nd floor, attic, apartments, stairs and foyer. LBP survey results will specify the location; lead content, recommended abatement process, conditions and relative health risks and an estimate to abate the LBP & dust with a review of the lead abatement process options and recommendations. In carrying out the work assignment issued in this contract, the Contractor shall: furnish the personnel, services, equipment, materials, facilities, and other requirements necessary for, or incidental to, the performance of work set forth herein. The building is and will remain occupied; therefore the safety and health of all occupants must be preserved at all times. Scheduling of work, in addition to access, must be coordinated with the Park. The Contractor shall perform tasks in compliance with all regulations governing LBP and other lead issues. The Contractor shall perform all tasks in compliance of EPA and Federal regulations including but not limited to: "Residential Lead-Based Paint Hazard Reduction Act of 1992"EPA Renovation, Repair, and Painting Program (RRP)"Code of Federal Regulations, Title 40: Protection of Environment, Part 745-Lead-Based Paint Poisoning Prevention in certain residential structures. 3.0 ObjectivesThe objectives of this contract are to perform an analysis, report, and estimate by the Contractor to be used to remediate all LBP & lead dust under a separate contract. 4.0 TasksThe following are specific requirements of this LBP survey to be performed:1.The work to be performed, in this task order, shall be accomplished by EPA-certified inspectors who meet the criteria for the State of New York. A copy of the Contractor's current inspector certification shall be provided to the Government prior to the assessment or inspection. 2.Survey Inspections. The Contractor shall comprehensively screen designated facilities for LBP hazards. The survey shall be performed using an x-ray fluorescence (XRF) instrument. The Contractor shall document as a minimum the location, color, substrate, condition and result of the material sampled. 3.Lead Dust Wipe Analysis. The contractor shall comprehensively conduct lead dust analysis using lead dust wipe methods in accordance with the regulations listed in Section 2.0. Lead dust shall be measured on all friction points including but not limited to doors, windowsills, and window troughs. 4.LBP Identification"When conditions dictate chip samples be taken, the Contractor shall collect the samples in accordance with the Federal Regulations, listed in section 2.0, for residential units preventing airborne fiber exposure to the surveyor and facility personnel. "Samples taken in occupied spaces shall be taken in locations that minimize the visual impact of the resulting sample location. "Where material suspected to contain or be lead is identified, the Contractor shall record the exact location and condition of the material. "The Contractor shall mark sample locations, the exception to this being conspicuous sample locations within occupied areas. "The Contractor shall have all samples analyzed by a licensed testing facility in accordance with the regulations listed in Section 4.0. 5.Final Report Requirements "The LBP survey report shall present appropriate project information identified during the testing/analysis, methods of analysis utilized and a summary of those samples/tests found to contain LBP. "Contractor shall record the color, condition, location (mapped location of all sample points), substrate of suspect and confirmed LBP/lead dust and other test results from lead dust analyses conducted and provide all known information in the report. "Contractor shall provide a detailed floor plan of lead-contaminated areas"The report shall include conclusions based on the sampling analyses and cost estimates for remediation using approved methods. "Photographic documentation of sample/test areas and unique friable and non-friable material conditions for lead-based paint shall be submitted. "The Contractor shall provide as addenda recommendations for the best method of abatement and a detailed cost estimate specifying method(s) of abatement to eliminate potential exposure to LBP and lead dust. 5.0 Delivery"The Contractor shall provide a detailed report of the LBP Analysis that meets or exceeds current regulations listed in Section 2.0, to be submitted to the Contracting Officer's Technical Representative (COTR) upon completion. The report shall be in an electronic version."The Contractor shall submit all copies of certifications required to analyze LBP according to EPA and New York State regulations, prior to performing any work on this contract."The Contractor shall begin the field inspection within 14 days of notice to proceed to work under this contract."The Contractor shall submit a draft report 14 days after completion of performing the work under this contract."The Contractor shall allow the Government 14 days after the Contractor's submission of the report for final review."The Contractor shall submit a final report 7 days after the Government returns their final report review. 6.0 Government Furnished PropertyThe Government will not supply any materials or equipment to the Contractor. A floor plan and site map are available for Contractor reference. However their nature, extent, thoroughness and accuracy are not guaranteed. 7.0 SecurityThe Park Housing Unit is monitored by Untied States Park Police, based out of Gateway National Recreation Area, Staten Island, NY. 24-hour dispatch can be reached at 718-338-3988. The contractor shall coordinate entry into the building and/or arrange for a government employee escort with the COTR at a minimum of 48 hours in advance for scheduling purposes. 8.0 Place of PerformanceThe analysis shall be performed at Building 6 Miller Field, Staten Island, NY 10306. 9.0 Period of PerformanceThe period of performance for this contract shall be 60 days. Certification submittals identified in Section 5.0 shall be provided to the Government within 14 days of receipt of this contract for review and approval. The notice to proceed will not be issued until required certifications have been approved. (iii) The Government intends to issue a fixed-price, purchase order to the responsible offeror whose total offer represents the best value for the Government. The National Park Service (NPS) is seeking a qualified contractor with specialized experience with Lead Base Paint Analysis and who is an EPA-certified inspector(s) who meet the criteria for the State of New York. (iv) LOCATION(S): Gateway National Recreation Area, Building 6 Miller Field, Staten Island, NY 10306(v) SCHEDULE of SUBMISSIONS: One (1) invoice must be submitted after successful delivery and acceptance. (vi)DOCUMENTS TO BE INCLUDED IN QUOTE: 1.A firm fixed price quote, provided on the attached bid schedule.2.Three (3) references of the proposed services within the past three to five years.3.Name, phone number, and address of your point of contact. 4.Proof of CCR Registration.5.The Contractor shall submit all copies of certifications required to analyze Lead Base Paint (LBP) according to Environmental Protection Agency (EPA) and New York State regulations, prior to performing any work on this contract.(vii)The Government contemplates the award of a single purchase order on a "low-price-technically-acceptable" basis.(viii) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(ix) FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.acquisition.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by number 8, 10, 20, 21, 22, 23, 24, 33, 34, 37, 42, with paragraph (c) 1 and 2. (x) The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. In order to receive the award, vendor must be registered at http://www.ccr.gov. Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the right to cancel this solicitation. (xi) SITE VISIT: An organized site visit is scheduled for Monday, April 11, 2011 at 10:30am. Interested parties shall respond to this announcement via email to linda_richardson@nps.gov, indicating their intent to attend this site visit no later than 3:00pm on April 8, 2011. Individual requests for solicitation packages will NOT be accepted. DIRECTIONS: Miller Field, World War Veterans Park (718) 351-6970 Verrrazano Narrows Bridge from Brooklyn or the Goethals or Bayonne Bridges from New Jersey to the Staten Island Expressway (Interstate 278).Take the Hylan Boulevard exit.Proceed south on Hylan Boulevard.Turn left on New Dorp Lane for Miller Field. (xii)Offers must be submitted via email to NPNHContracting_BidProposal@nps.gov, to the attention of Linda Richardson, with a courtesy copy sent to Linda_richardson@nps.gov. The due date and time is 2:00pm ET on Friday, April 15, 2011. CONTRACT BID SCHEDULE REQUEST FOR QUOTELead Base Paint Analysis - Miller Field, Bldg. 6, Staten Island, NY 10306Submit bid for all items: Failure to do so may render the bid non-responsive. Refer to definition of bid items for the bid item descriptions. BASE BID ITEM NO 1: Perform lead paint testing, analysis and reporting in accordance with the attached statement of work. 1.Survey Inspections $ ______________________ 2.Lead Dust Wipe Analysis$ ______________________ 3.LBP Identification$ ______________________ 4.Final Report Requirements$ ______________________ TOTAL FIRM FIXED PRICE $ ______________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS00383/listing.html)
- Place of Performance
- Address: Gateway National Recreation Area - Staten Island UnitBuilding 6 Miller FieldStaten Island, NY
- Zip Code: 10306
- Zip Code: 10306
- Record
- SN02415954-W 20110406/110404233948-071381a30122ff0845a899ae763d9da3 (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 |