Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2020 SAM #6807
SOLICITATION NOTICE

F -- Environmental Abatement Service for Building 44 James H. Quillen VAMC (Mt. Home VAMC)Abatement

Notice Date
7/17/2020 12:28:13 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24920Q0294
 
Response Due
7/31/2020 8:00:00 AM
 
Archive Date
08/30/2020
 
Point of Contact
615-225-3426, Christina Lawrence, Phone: 615-225-6463
 
E-Mail Address
Christina.Lawrence2@va.gov
(Christina.Lawrence2@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06 Effective 06-05-2020. This solicitation is set-aside for Service-Disabled Veteran Owned Small Business and Veteran Owned Small Business (SDVOSB/VOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 562910, with a small business size standard of $22.0 million. The FSC/PSC is F105. GSA Contract holder preferer but not required. The Mt. Home VAMC (James H. Quillen VAMC) is seeking for raccoon abatement service. All interested companies shall provide quotations for the following: ENVIRONMENTAL ABATEMENT SERVICE FOR Building 44 James H. Quillen VAMC, TN 37684 STATEMENT OF WORK PART A GENERAL INFORMATION A.1 INTRODUCTION Provide all labor, materials, supervision and transportation needed to remove the Raccoon dropping from the Building 44 at James H. Quillen VAMC, Mountain Home, TN 37684. A.2 BACKGROUND Building 44 is currently used as a police training facility. The discovery of Raccoon feces in the attic of the building has prompted the facility to mitigate the human health hazard before any personnel can safely reenter the building. This will have to be done by personnel trained in removing human health hazards. A.3 SCOPE OF WORK This requirement is for the vendor to provide all labor, materials, supervision, and transportation to remove the carpeting throughout the building and any other materials that cannot be adequately disinfected. All areas will be disinfected once the feces and carpeting has been removed. STATEMENT OF WORK PART B WORK REQUIREMENTS B.1 Please provide all materials, labor, transportation and supervision for tasks to be accomplished: Clean up raccoon droppings throughout all floors including the basement and attic. Remove all carpeting, clean floors, walls, cabinets, bathroom fixtures, etc. Disinfect all surfaces with shockwave or Oxine AD. Provide liability insurance. Properly dispose of the carpet and raccoon waste off site. Building 44 is two story with basement and attack. It is 4,389 square feet. The basement is included in the total square footage, but the attic is not included in the measurement. STATEMENT OF WORK PART C SUPPORTING INFORMATION C.1 Place of Performance Department of Veterans Affairs Medical Center, Mountain Home, Tennessee, Bldg 44. C.2 Period of Performance Upon contract award, the Contractor shall perform all work from date of award through final acceptance of work. Work will be done during normal duty hours beginning at 7:30 am, Monday thru Friday, with the exception of Federal holidays. National Holidays: The 10 holidays observed by the Federal Government are: New Years Day Martin Luther King's Birthday Presidents' Day Memorial Day Independence Day Labor Day Columbus Day Veterans' Day Thanksgiving Christmas Day and Any other day specifically declared by the President of the United States to be a national holiday. All work in areas involved shall be scheduled with the VA Engineering Service representative. Work shall be scheduled for proper execution to completion of this contract. C.3 Special Considerations: n/a C.3.1 Contractor Furnished Materials All labor, equipment and supplies required to safely complete the animal waste removal. C.3.2 Government Furnished Materials and Services : None C.3.3 Qualifications of Key Personnel Personnel shall be certified abatement contractor and VAMC contact. C.3.4 Security Requirements see VAMC contact for Security clearance. Place of Performance/Place of Delivery Address: Mountain Home VA 809 Lamond St Dogwood Ave Bldg 44, Mountain Home, TN Postal Code: 37684 The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items March 2020 FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items OCT 2018 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders MAR 2020 FAR Number Title Date 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 A.3 VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. [X] 852.203 70, Commercial Advertising. [X] 852.219 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. [X] 852.219 11, VA Notice of Total Veteran-Owned Small Business Set-Aside. [X] 852.232 72, Electronic Submission of Payment Requests. . (End of Clause) A.4 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JUN 2020) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91). (3) 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115 232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (MAR 2020) (15 U.S.C 632(a)(2)). [X] (27) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (28) 52.222 19, Child Labor Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126). [X] (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (44) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513).. [X] (48) 52.225-1, Buy American Supplies (MAY 2014) (41 U.S.C. chapter 83). [X] (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [X] (58) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). [X] (62) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(13)). [X] (1) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). [X] (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [X] (7) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). [X] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 All quotes shall be sent to Christina Lawrence at Christina.Lawrence2@va.gov. The following are the decision factors: IAW FAR 15.102-2, Award will be made in the basis of the lowest priced offer. 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Any questions or concerns regarding this solicitation should be forwarded in writing via email addressed to Christina Lawrence at Christina.Lawrence2@va.gov, subject line: raccoon abatement service abatement service. Questions shall be submitted NO LATER THAN July 31, 2020 @ 1000 CST. Quotations shall be received not later than 10:00am CST July 15, 2020. Quotes must be submitted via email to Christina.Lawrence2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). 2015-4641 Rev. 10 https://beta.sam.gov/wage-determination/2015-4641/11?index=wd&keywords=%22Washington%20%22&is_active=true&sort=-relevance&date_filter_index=0&date_rad_selection=date&wdType=sca&state=TN&is_wd_even=false&is_standard=true&prevP=prevPerfNo&page=1
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dcb46d42ee6f45539c2a10c6d122cfc7/view)
 
Place of Performance
Address: James H. Quillen VAMC (Mt. Home VAMC) 809 Lamond St Dogwood Ave Bldg 44, Mountain Home, TN 37684, USA
Zip Code: 37684
Country: USA
 
Record
SN05724644-F 20200719/200717230136 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.