Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2019 FBO #6293
SOLICITATION NOTICE

Z -- TBH Remediation

Notice Date
2/13/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26219Q0394
 
Response Due
2/19/2019
 
Archive Date
3/6/2019
 
Point of Contact
Vicie Graves - vice.graves@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures, specifically FAR 13.5 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation is attached to this announcement. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2019-001, dated December 20, 2018. Solicitation # 36C26219Q0394 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award from this solicitation. The North American Industry Classification System (NAICS) Code is 238910 and the Small Business Administration s (SBA) size standard is $15 million for this procurement. This procurement will be issued as a 100% total set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB), see FAR Clause 52.219-14 and VAAR Clause 819.219-10. The Government is seeking a Contractor to furnish all equipment, expertise, labor, materials, services, trained and qualified personnel, tools, instrumentation, and security as needed to ensure the abatement of Hazardous Materials are conducted in accordance with the applicable federal, state and local guidelines, laws, and regulations at/for the VA Greater Los Angeles Healthcare System. Please see attached statement of work (SOW) for specific details on this project. Place of Performance: VA Greater Los Angeles Healthcare System (VALAHCS), 11303 Pershing Ave, Los Angeles, CA 90025. Period of Performance: 45 calendar days. Provisions / Clauses: The following provisions / clauses: 52.212-1, Instructions to Offerors Commercial, 52.212-2, Evaluation Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items are applicable to this acquisition. Site Visit: A site visit is optional. Contact Mr Ben Spivey at (310) 268-3565 or ben.spivey@va.gov to schedule a site visit. This will be the only site visit provided by the Government. Offerors shall be responsible and shall not be reimbursed by the Government for any costs or travel expenses incurred related to the site visit. Basis of Award: Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The Government s intent is to award without discussions. Lowest price is the only factor that will be used to evaluate offers (see FAR Provision 52.212-2). Award will be made to the lowest priced offer that is determined to be reasonable. After making selection of the lowest price offeror, the Contracting Officer will determine if the selected offeror is responsible. In addition to the General Standard of Responsibility found in FAR 9.104-1 and in accordance with FAR 9.104-2, the following Special Standard of Responsibility applies to this procurement: a. Offeror shall be Licensed by the State of California in accordance with the provisions of Chapter 9 of Division 3 of the Business and Professions Code, as amended. b. Offeror shall be C22 Asbestos Certified by the California State License Board. Submitting Offer: Offeror(s) are reminded to thoroughly review the solicitation in its entirety and shall submit their offer using the Solicitation Price Schedule. Offeror is advised the Government may be unable to receive other types of electronic files (e.g. compressed or zip files) or files larger than ten (10) megabytes (MB). It is the offeror s responsibility to ensure all required documents are included and completed as required by this solicitation. Offeror(s) shall submit their quotes to Vicie Graves, contracting officer at vicie.graves@va.gov and Peter Kim, contract specialist at peter.kim33@va.gov Ensure to reference solicitation # RFQ # 36C26219Q0394 VAGLA TBH Remediation is in the subject line of the email. Submission Deadline: All offer(s) shall be received by Tuesday, February 19, 2019 by 2:00PM PST. Offer(s) received after the prescribed deadline, may be considered non-responsive and may not be considered for award. Questions or Inquiries: For all/any immediate question(s) or concern(s) please contact Vicie Graves, contracting officer at vicie.graves@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0394/listing.html)
 
Place of Performance
Address: VA Greater Los Angeles;Bldg 116;11303 Pershi8ng Ave;Los Angeles, CA
Zip Code: 90025
Country: USA
 
Record
SN05221420-F 20190215/190213230041 (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.