Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2018 FBO #6148
DOCUMENT

B -- Geoprobe testing for the Canandaigua VAMC - Attachment

Notice Date
9/21/2018
 
Notice Type
Attachment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 2;2875 Union Road;Suite 3500;Cheektowaga NY 14227
 
ZIP Code
14227
 
Solicitation Number
36C24218U0161
 
Response Due
9/28/2018
 
Archive Date
11/27/2018
 
Point of Contact
Janine Childs
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice. (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although "proposal," "offeror," contractor, and "offeror" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Canandaigua, NY for the purpose of collecting information about Geoprobe Testing for the Canandaigua VA Medical Center. The VA is seeking to provide for this requirement within 60 days of the award of the contract. The NAICS code identified for this requirement is 541620 Environmental Consulting Services. The requirement is detailed in the Statement of Work section of this document. (e) Cursory market research has identified several small businesses that may be able to provide for this requirement. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the Canandaigua VA Medical Center. Please note  at least 50 percent of the cost of personnel for contract performance shall be spent for employees of the concern for a proposal to be considered for a small business set-aside. Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to Janine Childs at Janine.Childs@va.gov. Please send all inquiries to: Janine.Childs@va.gov by 12:00 pm EST Friday, September 28, 2018. Phone calls will not be accepted. - Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category. Contractors shall identify the NAICS code for the services being offered as well as their size status under said NAICS. This information will be used to determine the viability of a set aside for this requirement. - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP. - Contractors shall include any relevant comments about the Attachment(s) if applicable. STATEMENT OF WORK GEOPROBE TESTING CANANDAIGUA VA MEDICAL CENTER The Canandaigua VA Medical Center (VAMC) located at 400 Fort Hill Avenue, Canandaigua, New York has a requirement to provide environmental testing at the boiler plant parking lot. The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. Existing Conditions: The Canandaigua VAMC is a campus facility with many (more than 30) buildings located on over 20 acres. Many of the facility buildings are included on the historic register. Building 12 is the current boiler plant with a paved driveway/parking lot next to the above ground fuel tanks. The parking lot was sampled by the DEC and geoprobing of the site was requested in order to properly determine remediation techniques. The following shall be conducted with a full report due at the completion of all sampling and testing. Scope of Work (SOW): General: The contractor shall be responsible for all labor, supervision, and materials required to perform the work as indicated in the scope of work, specifications and drawings. All work is to be performed during normal business hours, if there is a need for off tour work the contractor shall notify the COR two weeks in advance. Normal business hours are typically 8 am to 5 pm Monday through Friday, exclusive of Federal Holidays. Federal Holidays observed by the VAMC are New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. The contractor is responsible for all field measurements; the Government will not be held responsible for quoting errors made or the failure to adequately inspect the job site for existing conditions, imensions and grades or existing utilities. The contractor is responsible for verifying all utilities through any resource necessary. All quoters are strongly encouraged to inspect the job site prior to submitting quotes. Any existing feature disturbed (removed, damaged, etc.) by the contractor during the performance of this contract shall be restored to similar or better condition by the contractor at the contractors expense. This includes walls, doorways, doors, trim work, and other miscellaneous items located in the corridor, sidewalks, grassed areas, and parking lots. During the entire duration of work performed, the contractor shall at all times, maintain at least one lane for emergency traffic. This includes any placement of project equipment and the main corridor where work is being performed. The VAMC Project Contracting Officer Representative (COR) shall govern all work done during project duration. Disputes shall be promptly referred to the Contracting Officer (CO). The contractor will immediately correct any work in which the Project COR deems unacceptable or not in accordance with plans and/or specifications. Environmental Testing: Provide 9 soil borings to the water table (10-20 feet below ground surface) with a Geoprobe. General locations shall be per Attachment A. Samples shall be screened in the field with a PID. Samples with elevated readings (greater than 10 ppm) will be collected for possible lab analysis. If samples do not indicate contamination, 5 samples shall be collected and analyzed to document the clean status of the site. Samples per above shall be sent to an independent testing laboratory to be analyzed, under New York State s Department of Environmental Conservation, CP-51: Soil Cleanup Guidance 8260/8270. Upon receipt of the analytical results, a report will be generated detailing all findings. Period of Performance: The period of performance for this contract shall be completed within 30 days from the Notice to Proceed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24218U0161/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218U0161 36C24218U0161.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4604201&FileName=36C24218U0161-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4604201&FileName=36C24218U0161-000.docx

 
File Name: 36C24218U0161 Attachment A.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4604202&FileName=36C24218U0161-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4604202&FileName=36C24218U0161-001.pdf

 
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: Department of Veterans Affairs;Canandaigua VAMC;400 Fort Hill Ave;Canandaigua, NY
Zip Code: 14424
 
Record
SN05100441-W 20180923/180921230807-6e0a48d57ee8ea98529ea3c7f9d8fc94 (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.