Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2012 FBO #3822
DOCUMENT

J -- ASBESTOS CONTAINING FLOOR TILE MASTIC AND WOOD UNDERLAYMENT - Attachment

Notice Date
5/10/2012
 
Notice Type
Attachment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24112Q0664
 
Response Due
5/18/2012
 
Archive Date
6/17/2012
 
Point of Contact
Clark Crandall
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: VA-241-12-Q-0664 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA-241-12-Q-0664 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-58, April 18, 2012. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a set aside for service disabled veteran owned small businesses (SDVOSB). The North American Industry Classification System (NAICS) code is 541620, and the size standard is $14.0 million annual revenue. (v) This requirement consists of one (1) line item: CLIN (1) The Remediation services contractor shall provide all labor, material, equipment, tools, and supervision to remove approx. 6,710 square feet of asbestos containing floor tile mastic and wood underlayment at the 99th RSC USARC Facility, 100 N. Forest Road, Amherst, NY. The scope of work is as outlined in the asbestos inspection report, US Army Reserve Site, Amherst, NY., December 2004, SWS Detail #8. Removal of asbestos shall be conducted in accordance with New York State Industrial Code, Rule 56, OSHA and EPA requirements. The work shall commence within 30 days of contract award, on a date to be approved by the Amherst facility. (vi) The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: Statement of Work Asbestos Abatement Re: US Army Reserve Center Asbestos Abatement 100 North Forest Road, Amherst, NY The work shall take place at the US Army Reserve Center in Amherst, New York. The abatement contractor shall provide all plant, labor, material, equipment, supervision and documentation necessary to remove approximately 7,200 square feet of asbestos containing floor tile and mastic and wood underlayment in accordance with New York State Industrial Code Rule 56, OSHA and Environmental Protection Agency requirements, including air quality monitoring if applicable. Removal involves approximately 4600 square feet of tile attached to plywood subfloor, the remainder is bonded to the concrete deck. Removal of tile mastic in the concrete floor areas is required. In the areas involving the plywood subfloor, the plywood and tile shall be removed. Site visits shall be coordinated through the office of US Department of Veterans Affairs, Veterans Construction Team, attention George Little, at 781-687-3061. The contractor shall provide an abatement plan and project schedule within two weeks of award of contract. Contractor shall be prepared to begin work not later than four weeks from date of award. Hazardous waste documentation shall be forwarded to the Veterans Construction Team, 200 Springs Road, Mail Stop 116B, Bedford, MA 0173 VETERANS CONSTRUCTION TEAM DEPARTMENT OF VETERANS AFFAIRS ENRM VETERANS MEDICAL CENTER 200 SPRINGS ROAD Bldg. 9, Room 215 BEDFORD, MA. 01730 781-687-3061 781-687-3155(fax) 0. (vii) Delivery FOB Destination to US Army Reserve Center, 100 North Forest Road, Amherst, NY (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda: VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; VAAR 852.270-1 Representatives of Contracting Officers. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i)Technical capability, knowledge, and experience to meet the Government requirement (ii)Price (iii)Past Performance Technical capability and past performance, when combined, are more important than price. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; FAR 52.217-8 Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.232-19 Availability of Funds for the Next Fiscal Year, VAAR 852.203-70 Commercial Advertising; VAAR 852.237-70, Contractor Responsibilities; VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.209-6, 52.219-28, 52.222-3, 52.222.21, 52.222-26, 52.222-36, 52.232-34, 52.222-41, 52.222-42, 52.223-18, 52.225-13. (xiii) Quality Assurance Plan and Quality Assurance Worksheet shall be attached to the awarded contract. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) RESPONSES ARE DUE: Friday, May 18, 2012, by 3:00 p.m. eastern standard time (est). (xvi) Electronic offers will be accepted; submit quotation to “ Clark Crandall: e-mail address: clark.crandall@VA.Gov (xvii) Contact information Contracting Office Address: Department of Veterans Affairs VA Boston Healthcare System 940 Belmont Street Brockton, Ma 02301 Place of Performance: US Army Reserve Center 100 North Forest Road Amherst, NY
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24112Q0664/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-12-Q-0664 VA241-12-Q-0664.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=338371&FileName=VA241-12-Q-0664-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=338371&FileName=VA241-12-Q-0664-000.doc

 
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: Amherst Army Reserve Center;100 North Forest Road;Amherst, NY
Zip Code: 14221
 
Record
SN02744494-W 20120512/120510235151-dd7bb8d8caaf9af8860095fc773e262e (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.