Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2018 FBO #5963
DOCUMENT

Z -- SPS AIR MONITOR PHASE 3 AND 4 - Attachment

Notice Date
3/20/2018
 
Notice Type
Attachment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 02;2875 Union Road #3500;Cheektowaga NY 14227
 
ZIP Code
14227
 
Solicitation Number
36C24218Q0323
 
Response Due
4/3/2018
 
Archive Date
7/2/2018
 
Point of Contact
Colleen McLaughlin Contract Specialist
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION AIR MONITORING SERVICES Renovate for Sterile Processing Services (SPS) ALBANY STRATTON VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 and FAR part 13, 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. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218Q0323. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. (iv) This procurement is being issued as 100% Service Disabled Veteran Owned Small Business Set-Aside solicitation. The North American Industry Classification System (NAICS) code is 541620, Environmental Consulting Services, with a small business size standard of $15 Million. (v) In accordance with the attached statement of work, specifications and drawings, the Contractor shall provide pricing to perform air monitoring services during the construction to renovate for Sterile Processing Services at the Albany Stratton VA Medical Center. Cost Schedule Line Item DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 1. Air Monitoring Services 1 Job (vi) Description of requirement (See Statement of Work (SOW) BELOW, and attached specifications and drawings): The contractor shall provide all parts and labor identified in the SOW. 528A8-08-847 Renovate for Sterile Processing Services Statement of Work for abatement air monitoring 1. Scope Of Services: Provide testing facilities, materials, equipment, transportation and qualified competent personnel (Project Monitors, industrial hygienist technicians, and laboratory personnel) to perform quality assurance air monitoring and asbestos containing materials (ACM) testing during asbestos abatement activities under the project 528A8-08-847 Renovate for SPS at the Samuel S. Stratton VA medical center located in Upstate New York. All services shall be performed in accordance with the latest OSHA standards for asbestos abatement monitoring and testing and the attached VA specification sections. Any deficiencies in workmanship, materials and/or lack of adherence to OSHA regulations and/or nonconformance to VA specifications noted by the onsite IH technician are to be reported IMMEDIATELY to the VA Medical Center Contracting Officer Technical Representative (COR) where activities are being performed. He/She shall be responsible for performance of tests described herein and additional tests as required by the VA COR. There will be abatement activities during the final two phases of the of the SPS project. The list below gives the General Contractor s estimate for how long and when the abatement in each phase will take. The overall period of performance will be 365 days from the notice of award. Note: actual performance time listed below is for business days (e.g. 15 days is 3 weeks). 1. Phase 3 - 15 days, anticipated June 2018 2. Phase 4 - 10 days, anticipated December 2018 2. Project Monitor Services: a. The Project Monitor shall be on-site during all abatement activities. b. The Project Monitor shall be responsible for collection of air samples as directed by VA specifications and the COR. c. The Project Monitor shall monitor all work and ensure that it is being performed in accordance with the project specification section 01569 and OSHA asbestos standards. d. The Project Monitor shall ensure that all abatement personnel possess abatement certification prior to entry into the work area. e. The Project Monitor shall maintain a chronological log of all events during the abatement project. f. The Project Monitor shall maintain frequent communications with the VA COR to outline project status as well as anticipated problems. g. The Project Monitor may be asked to confirm a contractor s estimate of quantities of ACM. 3. Testing Services: The successful offeror shall be required to analyze VA collected samples. Tests shall be conducted in accordance with OSHA standards and acceptable industry practices. The government shall bear all costs associated with transporting samples to the successful offerors testing laboratory facilities. All costs for transmitting test results shall be borne by the successful offeror. a. Test Standards: The Testing Laboratory shall furnish the VA Project Engineer with one (1) copy of each standard (ASTM, AASHTO and AWS) referred to or which is pertinent to each test performed under this contract. b. Methodology: Sampling rates and analytical methods shall be in accordance with OSHA 1926.1101. 4. Written Reports: A detailed written report of all samples, surveys and findings must be submitted to the VA COR within ten (10) days of each final clean air sampling date. A VA Form 08-6001a, Air Sample Data Sheet, or an approved equivalent, is to be submitted for each sample taken. The VA COR will provide VA Form 08-6001a upon request. 5. Samples: a. Large projects consisting of greater than 160 square and 260 linear feet of ACM. 1. Five (5) pre-abatement air samples from inside and one (1) pre-abatement air sample from outside the work area. 2. One (1) daily air sample from inside the work area during abatement activities. 3. One (1) daily air sample from the negative air exhaust during abatement activities. 4. One (1) daily air sample near the entrance/exit of the decontamination unit during abatement activities. 5. One (1) daily air sample in occupied areas adjacent to the work area. 6. Five (5) final air samples from inside and one (1) final air sample from outside the work area. b. The number of samples for any project may be modified at the direction of the VA COR. c. Samples shall be collected for the full work shift. d. 10% blanks or a minimum of two (2) blanks shall be collected for each day of sampling. e. All air samples are to be collected and analyzed by Phase Contrast Microscopy, according to the NIOSH 7400 analytical method. Transmission electron microscopy may be requested by the VA COR. 6. Deliverables: a. Deliverables are detailed written reports of all activities, inspections, samples, surveys and findings conducted or made by the successful offeror s professional and technical personnel. All deliverables will be submitted to the designated VA COR within the deadlines specified in Para. 2. b. Types Of Deliverables and Deadlines: 1. Verbal Reports: Verbal notification of testing results shall be made to the VA COR (Industrial Hygienist) immediately upon any irregularities noted during testing. 2. Telefax Reports: Preliminary results shall be telefaxed to the VA COR within two (2) hours of test completion for all laboratory analyses requirements. 3. Written Reports: Written test reports shall be submitted to the designated VA COR within ten (10) calendar days after each test is completed. All written reports shall be on forms and/or formats specified within this solicitation. Any variation from the requested format shall be subject to approval by the VA COR. c. Sample analysis turnaround shall be measured from the time the sample is received by the IH technician or the testing laboratory. This includes receipt by the offeror s on-site personnel. 7. Qualifications: a. General: The successful offeror must demonstrate that its Organization meets current codes and policies which comply with the requirements for asbestos monitoring, testing and handling within current federal, state and local laws. b. Industrial Hygienist (IH) Technician: IH Technician(s) shall possess current certification by the state of New York and/or from a Federal or State Governing body which complies with the requirements for asbestos monitoring, testing and handling within the law of the state of New York. Proof of current certification shall be presented prior to contract award and performance of IH services. c. Laboratory Facilities: Testing Laboratories shall have and maintain a current accreditation with the American Industrial Hygiene Association (AIHA). Proof of certification must be submitted to the VA contracting officer prior to contract performance. 8. Quality Assurance: a. Quality Assurance Program: The successful offeror shall have a Quality Control Program to assure that the contract requirements are provided as specified. One (1) copy of its Quality Control Program shall be incorporated into the contract and sued to assure satisfactory performance of services. Subsequent changes to its Quality Control Program shall be submitted to the VA Contracting Officer for review and approval prior to implementation. b. Minimum Requirements: The Offeror s Quality Assurance Program shall contain the following minimum information: 1. An inspection system which shall be used to ensure compliance with current Federal and State policies and guidelines governing monitoring, testing and analysis or asbestos containing materials and related removal procedures. 2. A Quality Assurance Plan which contains monitors and controls that are used to achieve maximum quality of services performed and data produced. At a minimum, the QA Plan should include: a. Training of IH personnel b. Laboratory Procedure and Operations c. Sample Analysis Procedures d. Chain of Custody Control 9. Definitions: Terms as used throughout this solicitation shall have the following meanings: a. Contract Working Hours: The period of performance by the contractor which services shall be performed within the contract scope. The minimum coverage for which the government will accept as: 1. Normal Hours: 7:00AM through 5:00PM, Monday through Friday, excluding National Holidays. 2. Premium Hours: 5:00PM through 7:00AM, Monday through Saturday. b. Deliverables: Written Reports, daily work logs, test data submission and other data required by the contract to be submitted by the Contractor for documentation of services performed and test results. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. Place of Performance: Albany Stratton VA Medical Center 113 Holland Avenue Albany, NY 12208 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition and is incorporated by reference. The following provisions are included as addenda to FAR 52.212-1: 852.270-1 Representatives of Contracting Officer (JAN 2008) (ix) Evaluation will be determined based on Best Value to the Government IAW FAR Subpart 13.106-1(a)(2). The government shall award this procurement to the vendor with the lowest priced quote that is technically acceptable and has acceptable, or neutral, past performance. Vendors with no past performance shall be rated as neutral. Please provide a maximum 5 page capability statement that indicates the vendor has the trained personnel, equipment, and track record of providing relevant air monitoring services. Past Performance: The Government requests the contractor provide a list of contracts completed during the past three (3) years and all contracts and subcontracts currently in process for air monitoring services. Include the following information for each contract: a) Name and address of contracting activity b) Name and telephone number of contract person c) Dates of contract performance The Government reserves the right to make award without discussions. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and is incorporated by reference. The following clauses are included as addenda to FAR 52.212-4: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-2   Clauses Incorporated by Reference (FEB 1998) 52.237-3 Continuity of Services (JAN 1991) 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran Owned Small Business Set Aside (JUL 2016) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.219-29 Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (DEC 2015) (15 U.S.C. 637(m)) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) 52.242-5 Payments to Small Business Subcontractors (JAN 2017) (15 U.S.C. 637(d)(12)) (xiii) The Service Contract Act of 1965 does apply to this procurement (see attached Wage Determination). (xiv) N/A (xv) This is a 100% SDVOSB set-aside combined synopsis/solicitation for air monitoring services at the Albany Stratton VA Medical Center.    The government intends to award a firm-fixed price purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The offeror shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4:00 PM EST, Tuesday April 3, 2018. The government shall only accept electronic submissions via email, please send all quotations to Colleen McLaughlin at Colleen.McLaughlin@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) Questions are due to the point of contact listed here not later than 4:00 PM EST on Friday March 23, 2018. Direct all questions via email to Colleen McLaughlin, Contract Specialist, Colleen.McLaughlin@va.gov. There will not be a site visit for this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24218Q0323/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q0323 36C24218Q0323.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4163100&FileName=36C24218Q0323-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4163100&FileName=36C24218Q0323-000.docx

 
File Name: 36C24218Q0323 Header - List of Attachments.txt (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4163101&FileName=36C24218Q0323-001.txt)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4163101&FileName=36C24218Q0323-001.txt

 
File Name: 36C24218Q0323 09 - A0-3d Phase 4 Plan.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4163102&FileName=36C24218Q0323-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4163102&FileName=36C24218Q0323-002.pdf

 
File Name: 36C24218Q0323 03 - H1.1 Asbestos Abatement Plan.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4163103&FileName=36C24218Q0323-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4163103&FileName=36C24218Q0323-003.pdf

 
File Name: 36C24218Q0323 08 - A0-3c Phase 3 Plan.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4163104&FileName=36C24218Q0323-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4163104&FileName=36C24218Q0323-004.pdf

 
File Name: 36C24218Q0323 P07 - Service Contract Act WD 15 - Albany NY.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4163105&FileName=36C24218Q0323-005.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4163105&FileName=36C24218Q0323-005.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Albany Stratton VAMC;113 Holland Avenue;Albany, NY
Zip Code: 12208
 
Record
SN04861132-W 20180322/180320231657-c6bf3fd8448ba2955d0d38991b1cd7a9 (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.