Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2014 FBO #4488
DOCUMENT

H -- INDUSTRIAL HYGIENE SERVICES - Attachment

Notice Date
3/7/2014
 
Notice Type
Attachment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Contract Specialist (90C);Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24714Q0311
 
Response Due
4/3/2014
 
Archive Date
4/8/2014
 
Point of Contact
Janica Francis-Hunter
 
E-Mail Address
ment
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: VA-247-14-Q-0311 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services 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; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA-247-14-Q-0311 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 2005-52, November 2, 2011. 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 small business set aside. The North American Industry Classification System (NAICS) code is 541620, and the size standard is $14.0 million. (v) This requirement consists of the following: BASE YEAR: ItemDescriptionQtyUnit of Unit Total Measures PricePrice 001 Mold Trap Testing/Analysis (24hr turn-around time-TAT) 70Per Test __________ 002 Direct Exam Testing/Swab Testing/Analysis (24hr TAT)70Per Test__________ 003 Bacteria Culturable Testing/Analysis (5 Day TAT) 48Per Test __________ Total this period $______ OPTION YEAR 1: ItemDescriptionQtyUnit of Unit Total Measures PricePrice 001 Mold Trap Testing/Analysis (24hr turn-around time-TAT) 70Per Test _____________ 002 Direct Exam Testing/Swab Testing/Analysis (24hr TAT)70Per Test_____________ 003 Bacteria Culturable Testing/Analysis (5 Day TAT) 48Per Test _____________ Total this period $______ OPTION YEAR 2: ItemDescriptionQtyUnit of Unit Total Measures PricePrice 001 Mold Trap Testing/Analysis (24hr turn-around time-TAT) 70Per Test ______________ 002 Direct Exam Testing/Swab Testing/Analysis (24hr TAT)70Per Test______________ 003 Bacteria Culturable Testing/Analysis (5 Day TAT) 48Per Test ______________ Total this period $______ OPTION YEAR 3: ItemDescriptionQtyUnit of Unit Total Measures PricePrice 001 Mold Trap Testing/Analysis (24hr turn-around time-TAT) 70Per Test _______________ 002 Direct Exam Testing/Swab Testing/Analysis (24hr TAT)70Per Test_______________ 003 Bacteria Culturable Testing/Analysis (5 Day TAT) 48Per Test _______________ Total this period $______ OPTION YEAR 4: ItemDescriptionQtyUnit of Unit Total Measures PricePrice 001 Mold Trap Testing/Analysis (24hr turn-around time-TAT) 70Per Test ______________ 002 Direct Exam Testing/Swab Testing/Analysis (24hr TAT)70Per Test______________ 003 Bacteria Culturable Testing/Analysis (5 Day TAT) 48Per Test ______________ Total this period $______ Grand Sum Total for all periods $______ (vi) The following is a detailed description of the requirements for this solicitation: Statement of Work 1. Background: Ralph H. Johnson (RHJ) VA Medical Center and six Community Outpatient Based Clinics and eight Administrative Facilities have various IH services which must be performed throughout each year on an as needed basis. These services include indoor air quality (mold spore trap or direct exam testing/analysis/culture), lead air monitoring, lead chip/wipe testing/analysis, asbestos air samples and air clearance monitoring/testing (PLM & TEM) and asbestos bulk sampling/inspection. Sampling will be requested to satisfy requirements set forth by the EPA Asbestos Hazard Emergency Response Act (AHERA), the National Emissions Standards for Hazardous Air Pollutants (NESHAP), the South Carolina Department of Health and Environmental Control (DHEC) Asbestos Standard 61-86.1. RHJ Center Policy Memorandum, No. 003SFT-12-11, Asbestos Exposure & Management Plan. 2. Scope: The contractor shall perform IH monitoring/testing/analysis on as needed/requested basis for the various needs of the medical center to include asbestos, lead, mold. Service shall start sampling within two working days of notification. Notifications will be provided by the assigned Contracting Officer's Representative (COR). 3. Samples/Tests: The contractor shall perform following types samples/tests under this contract. All required labor, transportation, tools, equipment, material, supplies, shipping/mailing and travel shall be included in the quoted price per test/sample. See paragraph (v) above. 3.1. Performance: Perform all IH sampling for RHJ VA Medical Center, CBOCs or Administrative Facilities a.All samples shall be analyzed by a laboratory accredited by AIHA. b.Each sampling session will be conducted during normal business hours, Monday thru Friday 8 AM thru 4:30 PM. Each sampling request will be scheduled with the Medical Facility Industrial Hygienist, who will serve as the COR. Test reports shall be provided within 24 hours after sampling. c.Upon receipt laboratory results shall be emailed directly to the COTR immediately. 4. Reports: A written report will be issued for each sampling session and an electronic copy via e-mail provided to COTR, within 10 days of the receipt of laboratory results. Each session's report will include at a minimum the date, time and name of the Industrial Hygienist, narrative of work practices used, results of sampling, location where samples were collected, narrative interpretation of laboratory results, a comparison chart or table showing results of all quarterly sampling by date and sample location, laboratory results and a closed chain of custody. 5. Personnel Qualifications: This sampling may be performed by a Senior Industrial Hygienist certified by the American Board of Industrial Hygiene (ABIH), Certified Asbestos Inspector, Indoor Air Quality Professional, or Occupational Health & Safety Specialist/Industrial Hygienist (IH) or Environmental Health Research Technician under the direction of a CIH. 6. Contractor Qualification: Contractor shall have at least 3 year of successful experience in conducting the above listed IH sampling. Experience shall be verified by having at least two references complete and return the Past Performance Survey directly to the contracting office no later than the closing date of the solicitation. Contractors must be within the commuting area, no further than 300 miles, to minimize travel costs. 7. Equipment: Contractor shall utilizing appropriate testing/air sampling pumps, cultures, media or any other IH equipment and supplies necessary for collection, testing and analysis of samples. 8. Contractor Pricing: Upon need of each individual sampling service the COTR will be call the contractor to discussed specific needs. The contractor can then quote price via service agreement, prior to the sampling start day. Upon COTR signature of service agreement sampling service shall begin, within two working days. Contractor should supply analytical/lab cost (24 hr TAT, 48 TAT) for each type of sample and labor costs for each position description to be conducing sampling. 9. Place of Performance: Main Facility RHJ VA Medical Center Columbia, 109 Bee Street, Charleston, SC 29401 CBOCs Beaufort Outpatient Clinic, 1 Pinckney Road, Beaufort, SC 29902 Goose Creek Primary Care Clinic, 2418 NNPTC Circle, Goose Creek, SC 29445 Hinesville Outpatient Clinic, 740 E. General Stewart Way, Hinesville, GA 31313 Myrtle Beach Outpatient Clinic, 3381 Phillis Blvd, Myrtle Beach, SC 29577 Savannah Outpatient Clinic, 325 West Montgomery Crossroads, Savannah, GA 31406 Trident Outpatient Clinic, 9237 University Blvd, North Charleston, SC 29406 Administrative Facilities C&P Clinic, 754 Pulaski St, Goose Creek, SC 29445 Conway HBPC, 914 Norman Alley, Conway, SC 29526 James Island Annex, 325 Folly Rd, Charleston, SC 29412 Montague Admin, 3355 West Montague Ave, Charleston, SC 29418 Myrtle Beach Annex, The Offices at Market Commons, Myrtle Beach, SC 29577 Optometry Clinic JBC, Bldg 746, Pulaski St, Goose Creek, SC 29445 Trident Mental Health, 9202 University Blvd, North Charleston, SC 29406 Warehouse, 1001 Trident St, Hanahan, SC 29406 10. Period of Performance: Base period of 12 months, plus an additional 4 option periods. The base period will start at time of award of the contract. 11. Contract Performance Monitoring: The government shall monitor all services during this contract. 12. Invoices: Vendors will submit invoices shall be submitted electronically to the Financial Services Center (FSC). Each invoice shall clearly indicate the type, quantity of tests/samples performed, unit price, report number and the specific location where the sample was taken. --END OF SOW-- (vii) Delivery FOB Destination to Ralph H Johnson, VA Medical Center, 109 Bee Street, Charleston, SC 29403 (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1.Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance performing the same type and kind of sampling specified in this solicitation. 2.Documentation that confirms the company/employees have the required licensing and certifications for performing the same type and kind of sampling specified in this solicitation. 3.Documentation that confirms the company is a registered small business in the System for Award Management (SAM) located https:// www.sam.gov (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 FAXED AND WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, 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: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) n/a (xvi) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than March 14, 2014, 2pm EST to Janica Francis, NCO 7 Contract Specialist e-mail Janica.Francis@va.gov. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered. (xvii) Site Visit: A site visit is not contemplated at this time. (xviii) QUOTES/OFFERS ARE DUE April 3, 2014 at 2:00PM eastern standard time (est). Only electronic offers will be accepted; submit quotation to - Janica Francis, NCO 7 Contract Specialist e-mail Janica.Francis@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Place of Performance: (multiple locations) Ralph H Johnson VA Medical Center Department of Veterans Affairs 109 Bee Street Charleston, SC 29401 Primary Point of Contact: Janica Francis-Hunter, Contracting Specialist Janica.Francis@va.gov Phone: 843-789-6448 Fax: 843-789-6406
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24714Q0311/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-14-Q-0311 VA247-14-Q-0311_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1242540&FileName=VA247-14-Q-0311-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1242540&FileName=VA247-14-Q-0311-000.docx

 
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: Ralp H Johnson VAMC;Department of Veterans Affairs;109 Bee Street;Charleston, SC 29403-5799
Zip Code: 29403-5799
 
Record
SN03305555-W 20140309/140307235040-9efabe4db83dcd371318f6514ebbf6b6 (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.