Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2020 SAM #6834
SOLICITATION NOTICE

F -- 36C249-20-AP-2942 - 626-20-3-4307-0025, Asbestos Survey (VA-20-00076449)

Notice Date
8/13/2020 2:03:14 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24920Q0379
 
Response Due
8/24/2020 2:00:00 PM
 
Archive Date
12/01/2020
 
Point of Contact
Bradley.Martin5@va.gov, Bradley Martin, Phone: 615-225-6478
 
E-Mail Address
bradley.martin5@va.gov
(bradley.martin5@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
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 2020-07 effective August 3, 2020. This solicitation is set-aside for SDVOSB The associated North American Industrial Classification System (NAICS) code for this procurement is 541620, with a small business size standard of $16.5 Million. The FSC/PSC is F107 The Tennessee Valley Healthcare System (TVHS) Veterans Administration Medical Center (VAMC) is seeking to purchase Asbestos Surveying. All interested companies shall provide quotations for the following: Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Alvin C York VAMC Campus including buildings 1,2,3,4,5,6,7,8,9,10,11,12/14,13,15,16,18,19,29,55,57,69,107,108,109,112 and 118 1 Job 0002 Nashville VAMC Campus including main building, ACRE building, parking garage, and modular building 1 Job Total STATEMENT OF WORK GENERAL INFORMATION 1. Title of Project: Asbestos Containing Material Inspection 2. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. The contractor will survey each building to determine asbestos containing material left in each building. For the Alvin C. York campus this will include building 1,2,3,4,5,6,7,8,9,10,11,12/14,13,15,16,18,19,29,55,57,69,107,108,109,112 and 118. For the Nashville Campus this will include the main building, ACRE building, parking garage and modular building. Contractor shall conduct a comprehensive survey at: Murfreesboro, TN, VAMC and Nashville VAMC for the presence of asbestos-containing materials (ACM). Asbestos-Containing Materials (ACM) is intended to mean all materials that would fall under either the EPA Asbestos Hazard Emergency Response Act (AHERA) regulations or the OSHA Asbestos Standards. It shall be the contractor s responsibility to identify the applicable federal, state, local laws and regulations, and Veterans Health Administration (VHA) Directives, and apply the procedures and protocols as required. The survey will include accessible areas of all site buildings and, if present, suspect materials on the exterior of buildings and in tunnels and crawl spaces. Specific tasks to be performed during the survey will include but not limited to: The contractor shall perform a thorough review of building records to include drawings, specifications, past removal actions (when information is available), inspection reports, industrial hygiene data, maintenance records, and reports/findings of independent asbestos surveys. The contractor shall document the presence or absence of ACM as indicated by the records review. Provide a complete update to prior Baseline Asbestos Assessment Surveys to ensure compliance with EPA AHERA, EPA NESHAP, and OSHA asbestos notification requirements to building occupants are met. The contractor shall survey and categorize each structure according to the AHERA risk rating system and AHERA abatement categories. The contractor shall use previous data and assessments performed to reduce survey time and effort. All information from previous survey assessments shall be incorporated into the database system using MS Excel or MS Access. In those instances where previously surveyed facilities will require supplemental sampling or information gathering it will be accomplished under this general scope of work. Conduct an Asbestos Assessment of every accessible building space included in the survey; identify types, locations and quantities of asbestos present. Collect bulk samples of suspect materials for confirmatory laboratory analysis (samples will be collected and analyzed in accordance with the recommended EPA protocol) when necessary to confirm or clarify existing asbestos surveys. The contractor shall collect all samples of suspected ACM in accordance with EPA and OSHA regulations preventing airborne fiber exposure to the surveyor and facility personnel. Samples taken in occupied office spaces will be taken in locations that minimize the risk of potential exposure to occupants and visual impact of the resulting sample location. The contractor shall restore visible sample locations to a condition as close to original as possible. The contractor shall encapsulate all locations to prevent any subsequent release of asbestos fibers after sample collection. The contractor shall mark sample locations, an exception to this are conspicuous sample locations within occupied areas. Records and descriptions of non-labeled occupied space samples will be provided. The contractor shall photograph sample locations at the time of sample collection to aid in future identification of sampling location. Where sampling is required of accessible suspect materials, inspectors shall utilize inconspicuous sample locations and employ methods least destructive to finished surfaces. All destructive samples require VA approval prior to performing task. Inspectors shall use non-destructive means for collecting samples whenever possible. Sampling frequencies, distance, etc., will comply with EPA regulatory recommendations. Quantities of materials will be measured wherever practical to minimize the use of estimated material quantities in the final report. The contractor shall perform asbestos survey work with accredited persons meeting the inspector training requirements of AHERA and all other Federal, State, and local requirements. All accessible building interiors and exteriors will be visually inspected to identify suspect materials. Roofing materials, where required, shall be sampled to the extent that they do not compromise the integrity of the roof membrane or void the manufacturer s warranty. Samples of suspect asbestos-containing materials (ACM) will be collected in accordance with EPA Asbestos Hazard Emergency Response Act (AHERA) protocols in order to meet current U. S. Occupational Safety and Health Administration (OSHA), EPA and VA requirements. ACM will be grouped into AHERA homogeneous material categories (i.e., Thermal System Insulation or TSI, Surfacing Materials or SM, and Miscellaneous Materials or MM, type (e.g., for TSI Magnesium silicate, Aircell, cork, etc.), color, size, date of installation, etc.) and then sampled in accordance with AHERA protocol. Samples shall be transported under full chain-of-custody to an EPA accredited analytical laboratory for analysis. The contractor shall analyze representative building samples by polarized light microscopy (PLM) with dispersion staining in accordance with EPA Interim Method of the Determination of Asbestos in Bulk Insulation Samples, EPA-600/M4-82-020. Samples shall be retained by the laboratory for at least ninety days in the event that reanalysis of any samples is required. The contractor may implement a stop at first positive strategy of analysis to conserve limited funding resources. All bulk sample analysis shall be conducted by laboratories who are accredited under the National Voluntary Laboratory Accreditation Program (NVLAP). The bulk samples resulting from the survey shall be managed or disposed of by the contractor in accordance with established federal and state rules and regulations. The contractor shall comply with the public laws and statues including all changes and amendments of federal, state and local environmental statutes and regulations in effect of date of issuance of this delivery order, including, the applicable portions of the documents cited in the basic contract and below. - 29 CFR 1926.1101 Asbestos Regulations for the Construction Industry. - 29 CFR 1910.134 Respiratory Protection Standard. - 29 CFR 1910.1001 Occupational Exposure to Asbestos, Tremolite Anthophyllite and Actinolite. - Guidance for Controlling Asbestos-Containing Materials in Buildings, USEPA 560/5-85-024. - EPA, Asbestos Hazard Emergency Response Act (AHERA) protocols. - 40 CFR 61, Sub-part M, National Emission Standards for Hazardous Air Pollutants (NESHAPS) - Tennessee applicable regulations Following completion of the field survey and analysis of samples, a survey report shall be prepared and shall include the following: An introduction including a brief description of the buildings, the protocol followed to conduct the survey, findings and recommendations. The Contractor s inspectors will use unique material location identifiers (using information such as building number, floor, number, room number, compass direction, room surface and material description) to describe material locations in the facility. A tabular listing of those materials determined to contain, or potentially contain ACM and their locations and quantities (in linear or square feet, as appropriate for the ACM category). The tabular listing will contain, at a minimum, Campus or site, Building Number, Floor, Room Number, material category (i.e., TSI, SM or MM), material type, quantity, a numerical priority ranking, condition, potential for damage, potential for human exposure, drawing number and photo ID (as applicable). All locations will be indicated on the CAD drawings. Data tables containing information regarding quantities, types and locations of ACM, as well as a hazard ranking, recommended response action and associated cost estimate for implementation of those response actions. Data tables should be in Microsoft Excel, Access or other VA-approved format. R.S. Means cost estimate shall be provided for the remediation of all ACM hazards identified using the current year pricing. An Operation and Maintenance plan, to include but not limited to, procedures for maintaining existing ACM and implementing the OSHA asbestos notification requirements for building occupants. Color drawings shall be prepared, in an AutoCAD format, showing the location of ACM as well as sample locations. It is anticipated that the successful contractor will load all information into a web based facility management system. It is expected that AutoCAD drawings and Excel or Access data tables will be compatible with the facility management system. The Result Section of the report will include a description of the physical condition of the material in question at each assessed site that is appropriate to the survey item (e.g., AHERA categories Good , Damaged or Significantly Damaged in the case of friable ACM). Digital photos will be used where they help the reader to understand an aspect of the material in questions. The Results Section of the report will be provided in a spreadsheet format including as a minimum thumbnail digital pictures, location, type, condition, quantity, and comments. CAD floor plan drawings will be included in the report to help define material locations (where appropriate) and to assist in planning for the abatement needs. The Conclusion Section of the report will explain how and why the response action recommendations of the report were determined and prioritized. The contractor will provide a separate report for each medical center, with each building as a subsection to the report. Each facility will be provided with a Table of Contents, executive summary, list of drawings and corresponding CAD drawing numbers, and a description of the survey techniques and sampling strategy employed. A detailed discussion of how the hazard assessment was conducted will be provided. The tabular inventory will be provided in an Excel spreadsheet or Access database with report templates that can identify ACM and quantity by building, room, material type, material category, numerical priority ranking, condition, potential for damage, potential for human exposure and drawing number. Report and management plans shall include at a minimum an introduction, details, summary, attachments and all narratives in Microsoft Word as well as PDF versions. Microsoft Word should be used for all text reports, MS Excel for all spreadsheets and MS Access for all databases. Inspecting: The contractor shall perform survey activities in a manner that will protect the survey team and facility personnel from exposure to asbestos fibers. The contractor shall immediately notify the VA-Safety Officer of any imminent asbestos hazards encountered during the course of the survey. The contractor shall likewise notify the Safety Office of any areas where access should be limited and signs erected immediately to warn of asbestos health risks. Medical Certification: Contractor shall provide written evidence, prior to commencement of this project, that all of its field employees who will be potentially exposed to asbestos during this project are (1) enrolled in a medical surveillance program for asbestos disease which meets current OSHA requirements outlined in 29 CFR 1926.58 and (2) have been medically cleared within the past 12 calendar months to wear a negative pressure, air-purifying respirator, and (3) have been fit-tested within the past 6 calendar months in the same make and model of negative pressure, air-purifying respirator as may be utilized during this project. Complete documentation shall be included in the deliverables. Contractor shall also provide written evidence of current AHERA accreditation (Building Inspector, Management Planner and/or Project Designer, as applicable) and applicable state licensure. Furnished Property: Contractor shall provide all the labor, materials, equipment and transportation necessary to conduct the survey, collect samples, perform lab analysis and produce required deliverables. Contractor Compliance with Facility Safety and Health Requirements: Prior to start of project work, Contractor shall meet with the facility Safety Manager, and be briefed on facility safety and security procedures (e.g., response to fire alarm, lockout/ Tagout, confined space entry, electrical safety). Contractor is responsible at all times for ensuring that all personnel (including subcontractors working under the general contractor) comply with all applicable local, state, federal and VA safety, health, environmental and security requirements and regulations. Stop Work Order: Contracting Officer, Safety Manager or COR may present a verbal stop work order to Contractor, if Contractor is advised of any imminent or serious health or safety hazard which Contractor is creating, and which Contractor refuses to take immediate, appropriate corrective action to mitigate. Such a verbal stop work order will be followed by a written stop work order within 24 hours by the Contracting Officer to the Project Manager. Work will not be allowed to resume until authorized by the Contracting Officer, after consultation with the Safety Manager, to ensure that the imminent or serious health or safety hazard has been abated. Quality control plan. Contractor shall establish a quality control plan for all work, including that of his subcontractors, to assure compliance with the EPA and State requirements. Contractor shall submit a copy of his quality control plan concurrently with the quote. Quality control measures shall include, but not be limited to: Performing all required inspections and tests. Listing all subcontractors and services they will perform. Compliance with applicable Federal, state and local codes and regulations and VHA directives related to conducting the survey. Correction of unsatisfactory sampling and testing. Inspectors will use the federal AHERA protocol for bulk sample collection. Surveyors will be AHERA-accredited Building Inspector, AHERA- accredited Project Designer or AHERA accredited Management Planner. Surveyors will have at least 10 years of similar experience with projects of substantially similar size and/or scope. All laboratories used for analysis of bulk samples will be NVLAP-Accredited. Initial analysis will be performed with polarized light microscopy (PLM). PLM results ranging from less than one percent to ten percent may need additional analysis such as transmission electron microscopy (TEM). Therefore, the Contractor will make arrangements with the laboratory to retain such samples in the event that additional analysis is requested. Additional analysis will require contract approval by the VISN 9 Contracting Officer. Survey Report, Contractor shall provide a minimum of one (1) original, five (5) bound hard copies, and one (1) electronic (CD Rom) in PDF format, plus all Excel or Access data tables and CAD drawings, of the comprehensive survey report. The survey will provide a consistent and effective program for managing Asbestos Containing Materials (ACMs) in accordance with Asbestos Hazard Emergency Response Act (AHERA) and National Emission Standard for Hazardous Air Pollutants (NESHAPS) requirements. The final survey results and database system, in conjunction with base management plans, will provide a means of planning repairs, renovations, and demolition projects, prioritizing health risks and planning to respond to emergency situations. Assessments under this scope include identification, sampling and analysis of suspect ACMs from both the interior and exterior of VA facilities. ACM survey results will specify the type (both friable and non-friable materials) and the quantity of ACMs in either linear or square ft., as appropriate, and specify existing health risks using AHERA protocols If this information is not available from previously performed assessments, then the need for its collection will be evaluated on a case by case basis, and collected appropriately. 3. Background: The VHA directs all facilities to inspect and remove all asbestos materials. 4. Performance Period: The contractor shall complete the work required under this SOW in 90 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor s proposal, the contractor s proposed completion date shall prevail. B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kickoff meeting, or has advised the contractor that a kick off meeting is waived. C. GENERAL REQUIREMENTS 1. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. 2. Where a written milestone deliverable is required in draft form, the VA will complete their review of the draft deliverable within 5 business days from the date of receipt. The contractor shall have 5 business days to deliver the final deliverable from date of receipt of the Government s comments. 3. If for any reason any written milestone deliverable cannot be reviewed by the COR and delivered back to the contractor within the scheduled time frame, the COR is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. If deliverable cannot be delivered within the scheduled time frame, compensation may be due to the contractor. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW. Task One: The contractor shall provide a detailed work plan and briefing for the VA project team, which presents the contractor's plan for completing the contract. The contractor's plan shall be responsive with this SOW and describe, in further detail, the approach to be used for each aspect of the contract as defined in the technical proposal. Deliverable One: A detailed work plan and briefing. SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. If deliverable cannot be delivered within the scheduled time frame, compensation may be taken from the contractor. 4. If for any reason any cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response, in accordance with applicable regulations. If deliverable cannot be delivered within the scheduled time frame, compensation may be taken from the contractor. G. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written modifications to the contract by the CO. A copy of each modification will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. H. REPORTING REQUIREMENTS 1. The contractor shall provide the COR with monthly written progress reports (original plus 2 copies). These are due to the COR by the second workday following the end of each calendar month, throughout the project's duration. The COR is required to provide monthly progress reports to the Contracting Officer by the fifth workday of the new calendar month. 2. The progress report shall cover all work completed during the preceding month and shall present the work to be accomplished during the subsequent month. This report shall also identify any problems that arose, along with a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved, with an explanation. CONTRACTOR EXPERIENCE REQUIREMENTS The contractor must inform the VHA COR when personnel are removed from the contract for any reason. If a key person becomes unavailable to complete the contract, proposed substitutions of key personnel shall be made to the COR and CO. J. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this contract, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the contract. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the contractor. Any request for information relating to this contract, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. The Contact period of performance is 90 calendar days from date of award. Places of Performance Address 1: Alvin C. York VA Medical Center 3400 Lebanon Pike Murfreesboro, TN 37129 Address 2: Nashville VA Medical Center 1310 24th Avenue South Nashville, TN 37212 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items MAR 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 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING JUL 2016 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE JUL 2016 52.223-2 AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS SEP 2013 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 (End of Clause) A.2 VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS (NOV 2018) (a) The Contractor shall conform to the standards established by: the Medical Certification section of the Scope of Work found on page 7. (b) The Contractor shall submit proof of conformance to the standard. This proof may be a label or seal affixed to the equipment or supplies, warranting that the item(s) have been tested in accordance with the standards and meet the contract requirement. Proof may also be furnished by the organization listed above certifying that the item(s) furnished have been tested in accordance with and conform to the specified standards. (c) Offerors may obtain the standards cited in this provision by submitting a request, including the solicitation number, title and number of the publication to: (d) The offeror shall contact the Contracting Officer if response is not received within two weeks of the request. (End of Provision) 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] 852.215 71, Evaluation Factor Commitments. [X] 852.219 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. [X] 852.232 72, Electronic Submission of Payment Requests. [X] 852.270 1, Representatives of Contracting Officers. (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] (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note). [X] (6) 52.204 14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111 117, section 743 of Div. C). [X] (8) 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note). [X] (22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (MAR 2020) (15 U.S.C 632(a)(2)). [X] (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (30)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). [X] (32)(i) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). [X] (35)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). [X] (44) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). [X] (58) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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] (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). 01420 Survey Worker $16.73 99832 Surveying Technician $20.81 99831 Surveying Aide $15.66 99830 Surveying Party Chief $23.21 (End of Clause) All quotes shall be sent to Bradley Martin Bradley.Martin5@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 Bradley Martin at Bradley.Martin5@va.gov, subject line: Asbestos Survey TVHS. Questions shall be submitted NO LATER THAN August 20, 2020 @ 1000 CST. Quotations shall be received no later than 4:00pm CST August 24, 2020. Quotes and evidence, of requirements listed under Medical Certification on page 7 must be submitted via email to Bradley.Martin5@va.gov subject line: Asbestos Survey TVHS. A quote received without evidence listed under the Medical Certification on page 7 will be considered non-responsive. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Please reference the following wage determinations applicable to this requirement: Service Contract Act WD # 2015-4647 Rev. 14
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2d5d4d410d174d3cb6852793de65f9b8/view)
 
Place of Performance
Address: Alvin C. York VAMC 3400 Lebanon Pike Murfreesboro, TN 37129 AND Nashville VAMC 1310 24th Avenue South, Nashville, TN 37212 37129
Zip Code: 37129
 
Record
SN05756302-F 20200815/200813230156 (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.