DOCUMENT
H -- 664-18-2-5457-0185-Service-Safety Program-Asbestos PCM 24 hour turnaround (VA-18-00054383) - Attachment
- Notice Date
- 4/13/2018
- Notice Type
- Attachment
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26218Q0543
- Response Due
- 4/17/2018
- Archive Date
- 4/20/2018
- Point of Contact
- Omar Majette
- E-Mail Address
-
6-2249<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. This Sources Sought Notice is to solicit interested SERVICE DISABLED VETERAN-OWNED SMALL BUSINESSES or VETERAN-OWNED SMALL BUSINESS capable of meeting the following requirement: The San Diego VA Healthcare system is searching for an SDVOSB contractor to provide Contractor shall provide all necessary labor, transportation, equipment, materials, personal protective equipment, supervision, other items and non-personal services required to provide the sample analysis described in the Statement of Work for Department of Veterans Affairs San Diego Healthcare System. 2.1 Description of Work: Contractor shall provide Laboratory Analysis Services to the San Diego VA Healthcare System. Contractor shall perform work that is primarily asbestos-related in nature, but may also include lead, mold, construction dust, and other potential environmental and/or occupational hazards. Sample analysis results shall be provided within the specified timeframe as of the moment the samples leave the facility. Service Location: At Contractor s Laboratory 2.2 Service Requirements: 2.2.1 The Contractor shall be responsible for providing the personnel for all components of the sample analysis for the Department of Veterans Affairs San Diego Healthcare System. 2.2.2 Contractor must be approved by the American Industrial Hygiene Association (AIHA) and on their list of accredited laboratories, http://www.aiha.org/Content/LQAP/accred/AccreditedLabs.htm. If a laboratory were to lose its accreditation, then this contract will become null and void. 2.2.3 Contractor must be able to analyze and provide sample results within the specified time frame identified on the Chain Of Custody (COC). The time frame starts from the moment the samples leave the facility. 2.2.4 Contractor that use postal/delivery services shall acknowledge that there may be times where only one sample will be sent in for analysis. 2.2.4 Contractor must have the ability to receive samples from facility within one (1) hour of sample preparation. 2.3 General Services Information: 2.3.1 Contractor shall provide comprehensive laboratory analysis services. Contractor services shall include but not limited to, Asbestos, Fungal, Lead, Bacterial, and Allergen analysis. The Contractor shall provide all equipment and sampling media necessary to perform the required services. 2.3.2 The Contractor shall furnish progress reports of his/her work as required by the project and as requested by the COR. 2.3.3 The Contractor shall promptly report to the Contracting Officer any ambiguities or discrepancies he finds in the project requirements, criteria, or documents, involving his work or the work of the Government. The government's intent is to issue a solicitation to award a single contract. This acquisition will be solicited pursuant to the Veterans' First Public Law 109-461 as a 100% Service-Disabled Veteran-Owned Small Business Set-Aside (SDVOSB) and/or Veteran-Own Small Business. Additionally, this acquisition will be awarded in accordance with FAR 14.408-1(a) to the responsible bidder whose bid, conforming to the Invitation for Bid, will be most advantageous to the Government, considering only price and the price-related factors. Please do not send questions regarding this notice, as it is only a Sources Sought Notice. Questions concerning this Sources Sought will be accepted up until 04/17/2018. The anticipated solicitation is projected to post on or about 04/17/2018, on this website. Hard copies will not be mailed. The solicitation will be issued as an Request For Quote (RFQ). INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF THE SOLICITATION AND ANY AMENDMENTS. ADDITIONALLY, BIDDERS ARE ADVISED TO CHECK THE SITE FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS TO THE SOLICITATION NOTICE. NOTE: Interested parties are to submit their Capabilities Statement to the Contracting Office (No more than 5 pages, please) via email to omar.majette@va.gov no later than04/172018 at 1:00pm PST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q0543/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218Q0543 36C26218Q0543.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4227651&FileName=36C26218Q0543-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4227651&FileName=36C26218Q0543-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218Q0543 36C26218Q0543.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4227651&FileName=36C26218Q0543-000.docx)
- Record
- SN04888502-W 20180415/180413230531-5447c97aaeb5721b5e1c4477f16528ad (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 |