SOLICITATION NOTICE
F -- Sheridan VAMC Bldg. 42 Hazmat Cleanup
- Notice Date
- 12/3/2024 2:12:22 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25925Q0085
- Response Due
- 12/6/2024 12:00:00 PM
- Archive Date
- 01/05/2025
- Point of Contact
- Charles Olise, Contract Specialist, Phone: (918) 577-3012
- E-Mail Address
-
charles.olise@va.gov
(charles.olise@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation for Sheridan VAMC BLDG 42 Hazmat Cleanup This is a combined synopsis/solicitation for commercial service prepared in accordance with (IAW) 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. Solicitation number 36C25925Q0085 is issued as a request for quotes (RFQ). The government anticipates awarding a Purchase Order contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-01. This acquisition is a Total Set-Aside for Service Disabled Veteran Owned Small Business. The North American Industry Classification System (NAICS) code is 562112 Hazardous Waste Collection with a small business size of $47 Million. The Product Code is F108 Environmental Systems Protection Environmental Remediation. Offerors must be registered in the System for Award Management (SAM) at https://sam.gov to be considered for award. Department of Veterans Affairs, Network Contracting Office (NCO) 19, Located at 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111, in support of the Sheridan VA Medical Center. The Contractor shall submit prices for all personnel, labor, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personnel services necessary to perform cleaning of oils and other contaminants from the building and all interior and exterior components of the building. The estimated delivery date for this requirement is 60 Days After Receipt of Order (ARO). Description and Pricing Schedule: All interested Service Disabled Veteran Owned Small Businesses shall provide quotations on the Scope of Work below. All prices shall include delivery Free-On-Board (FOB) Destination to the following location: VA Sheridan Health Care Sheridan VA Medical Center 1898 Fort Rd. Sheridan, WY 82801 Line Item Description Quantity Unit Unit Price 0001 Complete interior and exterior Hazmat Cleanup of Bldg 42, including cleaning of sump pumps and exterior oil water separator. Removal of all soiled cleaning material and damaged building material, with receipts of proper disposal provided. 1 Job Total Price: $_________________ FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) Addendum to 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. OFFER SUBMITTAL INSTRUCTIONS: 1) Offerors shall submit offers by Due Date/Time specified in section XIV. Late quotes will not be considered. 2) Offerors shall acknowledge all amendments to the solicitation as part of their quote. 3) Offerors shall complete the Price Schedule in section VI. 4) Offerors shall provide item technical specifications (not to exceed six pages). 5) Offerors shall complete 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction. Offers received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered non-compliant and eliminated from evaluation. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (NOV 2021) applies to this acquisition. Addendum to 52.212-2 Evaluation Commercial Products and Commercial Services (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate quotations: (1) Technical (2) Price (c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: (1) Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements identified in the Scope of Work. (2) Price: The Government will evaluate the price by adding the total of all line-item prices. The Total Evaluated Price will be that sum. (End of Addendum to 52.212-2) FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (NOV 2023) 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. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) applies to this acquisition. Addendum to FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) The following provisions and clauses are incorporated into FAR 52.212-4 as an addendum: FAR 52.201-1 Acquisition 360: Voluntary Survey (SEPT 2023) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) FAR 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees of Whistleblower Rights (NOV 2023) FAR 52.204-3 Taxpayer Identification FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-12 Unique Entity Identifier Maintenance (OCT 2016) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-20 Predecessor of Offeror (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.226-7 Drug-Free Workplace FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.233-2 Service of Protest (SEPT 2006) Department of Veterans Affairs, Network Contracting Office 19, 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111 FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) https://www.acquisition.gov/browse/index/far (FAR) and https://www.acquisition.gov/vaar (VAAR) VAAR 852.203-70 Commercial Advertising (May 2018) VAAR 852.209-70 Organizational Conflicts of Interest (Oct 2020) VAAR 852.211-70 Equipment Operation and Maintenance Manuals (Nov 2018) VAAR 852.211-76 Liquidated Damages-Reimbursement for Data Breach Costs FEB 2023) Small Businesses (JAN 2023) (DEVIATION) VAAR 852.212-71 Gray Market and Counterfeit Items (Feb 2023) VAAR 852.215-71 Evaluation Factor Commitments (Oct 2019) VAAR 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) VAAR 852.219-75 VA Notice of Limitations on Subcontracting --Certificate of Compliance for Services and Construction VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.246-71 Rejected Goods (Oct 2018) VAAR 852.273-70 Late Offers (Nov 2021) (End of Addendum to 52.212-4) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (DEC 2023) (DEVIATION JAN 2024) apples to this requirement. The additional clauses below are incorporated by reference. FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023). FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities. FAR 52.204-25� Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021). FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021). FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.222-3, Convict Labor (JUN 2003). FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2024) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015). FAR 52.222-26, Equal Opportunity (SEP 2016). FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020). FAR 52.222-41, Service Contract Labor Standards (AUG 2018) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018). FAR 52.222-49 Service Contract Labor Standards - Place of Performance Unknown (MAY 2014)FAR 52.222-50, Combating Trafficking in Persons (NOV 2021). FAR 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022). FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020). FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021). FAR 52.226-7 Drug-Free Workplace (May 2024). FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024). FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018). FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (End of Addendum to 52.212-5) VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. This is not a Defense Priorities and Allocations System (DPAS) rated requitement. VAAR 852.219-75 VA Notice of Limitations on Subcontracting --Certificate of Compliance for Services and Construction. (Attachment 2) Offers are due December 6, 2024, by 13:00 p.m., local Mountain Time. All questions/inquiries must be submitted to the Contract Specialist via electronic email no later than December 2, 2024, by 16:00 p.m, local Mountain Time. Submit offers or questions to the attention of the Contract Specialist, Charles A. Olise via email at: Charles.Olise@va.gov. Inquiries submitted via telephone will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/93ec0535351d4ad1aa6f0d46996bd2be/view)
- Place of Performance
- Address: VA Sheridan Health Care Sheridan VA Medical Center 1898 Fort Rd. Sheridan, WY 82801
- Record
- SN07279827-F 20241205/241203230212 (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 |