DOCUMENT
F -- 660-18-232 Asbestos survey and assessment R&R ENVIROMENTAL INC *(VA-19-00104781) - Attachment
- Notice Date
- 10/3/2019
- Notice Type
- Attachment
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- 36C25920Q0009
- Response Due
- 10/11/2019
- Archive Date
- 1/9/2020
- Point of Contact
- Joseph Wingfield
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- 1 Action Code: Combined Synopsis/Solicitation Notice Solicitation Number: 36C25920Q0009 Date: Oct 02, 2019 Description of Services: Third Party Air Monitoring Classification Code: F Natural Resources and Conservation NAICS Code: 541620 Contracting Office Address: SAO West, Network Contracting Office 19, 6162 SOUTH WILLOW DRIVE SUITE 300 GREENWOOD VILLAGE, CO 80111 Response Date: October 11 2019, (2:00 PM MT) Primary POC: Joseph Wingfield Contract Specialist joseph.wingfield@va.gov Description: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) Subpart 12.6, 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) Solicitation Number is 36C25920Q0009. The solicitation is issued as a Request for Quote (RFQ) IAW FAR Part 12.6. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-92. (iv) This acquisition will utilize full-and-open competition after exclusion of sources and set aside for Service Disabled Veteran Owned Small Business (SDVOSBs). For this acquisition, a firm will be considered small under NAICS 541620 with size standard of less than $16.5M. (v) The contract line item numbers and items, quantities and units of measure pertaining to this requirement are: CLIN 0001 Contractor shall provide all necessary equipment, labor, materials, supervision, and tools to complete the 3rd party air monitoring for the building 1 G zone demolition asbestos abatement, located at the George E. Wahlen VA Medical Center, 500 Foothill Drive, Salt Lake City, UT 84148. The project is a demolition and abatement of asbestos. The project area is approximately 18,000 Sq. Ft. The BLDG 1 G Zone Demo areas will be by an active hospital environment, contractors shall minimize all impacts to staff and patients. This project has safety, fire and infection control requirements that shall be adhered to. Scope of work to include, but is not limited to, 3rd party air monitoring for the SLC VA and will sample the Demolition daily during the process of abatement. The contractor is to report when they are on VA property and notify the COR to watch the air samples being taken daily. The contractor will need to supply copies of all results with the SLC VA COR, and the asbestos manager. Contractor shall reference the Pre-Construction Asbestos Survey, before commencing any construction activity. All abatement work shall be done in accordance with Pre-Construction Asbestos Survey, local, state, and Federal codes. Contractor shall ensure disposal procedures are conducted by a licensed professional. All license and containment will be inspected by VA staff prior to initiation disposal procedures. The contractor is expected to follow all codes and spec of the TIL. $_____________________ (vi) Network Contracting Office 19 has a requirement to provide 3rd party air monitoring services IAW the attached SOW at the Salt Lake City VA Medical Center located at 500 Foothill Drive, Salt Lake City, UT 84148. The scope of the work to be acquired is set forth in the Statement of Work (SOW) (Attachment 1). The SOW is available for download via www.FBO.gov. The period of performance shall be 60 calendar days after issuance of the NTP. (vii) Acceptance of services received is Salt Lake City VA Medical Center located at 500 Foothill Drive, Salt Lake City, UT 84148. (viii) Provision 52.212-1, Instructions to Offerors Commercial Items (Oct 2015), applies to this acquisition. There is no addenda to the provision. (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (Oct 2014), applies to this solicitation along with the following addenda to the provision: FACTOR 1 -- Price In accordance with FAR 13.106-3, price will be determined fair and reasonable for this acquisition based on competitive quotations received. (End of Addendum to Provision 52.212-2) This procurement is being conducted pursuant to FAR Part 13 procedures. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, quotes the lowest price, whose quoted price does not exceed the amount of funding available for the procurement, and whose quoted price is found to be fair and reasonable. Price alone is the sole evaluation factor after verification of the general and special responsibility standards in 52.212-2 are met. This requirement is a Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. All offerors must be verified in VIP ( www.vetbiz.gov ) at the time of response submission to be considered an SDVOSB. (x) IAW FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2016), the offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. In addition, complete the following addendum to FAR 52.212-3: (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies to this acquisition. (xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Nov 2016) applies to this acquisition. In addition, the following FAR/VAAR clauses/provisions, either by reference or full text, apply (clauses may be obtained via the internet at http://farsite.hill.af.mil): 52.203-3 Gratuities Apr 1984 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights Apr 2014 52.204-9 Personal Identity Verification of Contractor Personnel Jan 2011 52.204-13 System for Award Management Maintenance Oct 2018 52.204-18 Commercial and Government Entity Code Maintenance Jul 2016 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters Jul 2013 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Nov 2015 52.217-8 Option to Extend Services within 10 days Nov 1999 52.217-9 Option to Extend the Term of the Contract within 10 days / 30 days Mar 2000 52.222-3 Convict Labor Jun 2003 52.222-21 Prohibition of Segregated Facilities Apr 2015 52.222-26 Equal Opportunity Apr 2015 52.222-35 Equal Opportunity for Veterans Oct 2015 52.222-36 Affirmative Action for Workers with Disabilities Jul 2014 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Feb 2016 52.222-40 Notification of Employee Rights Under the National Labor Relations Act Dec 2010 52.222-50 Combating Trafficking in Persons Mar 2015 52.222-54 Employment Eligibility Verification Oct 2015 52.223-18 Contractor Policy to Ban Text Messaging While Driving Aug 2011 52.232-18 Availability of Funds Apr 1984 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 52.233-3 Protest After Award Aug 1996 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 52.237-1 Site Visit Apr 1984 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr 1984 52.237-3 Continuity of Services Jan 1991 The following VA Acquisition Regulation (VAAR) clauses applies and is incorporated in full text: VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor (End of Clause) 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (Nov 2012) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of COLORADO. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) As prescribed in 819.7009, insert the following clause: VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVSOB: (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.201, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.va.gov); and (v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406 and 125.6, provided that any reference therein to a service-disabled veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB. The nonmanufacturer rule and the limitations on subcontracting apply to all SDVOSB and VOSB set-asides and sole source contracts. (2) Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from eligible service-disabled Veteran-owned small business concerns. Only VIP-listed service-disabled Veteran-owned small business concerns (SDVOSBs) may submit offers in response to this solicitation. Offers received from concerns that are not VIP-listed service-disabled Veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a VIP-listed service-disabled Veteran-owned small business concern that meets the size standard for the applicable NAICS code. (c) Representation. By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible. Therefore, any reference in 13 CFR part 121 and 125 to a service disabled Veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB and only such concern(s) qualify as similarly situated. The offeror must also be eligible at the time of award. (d) Agreement. When awarded a contract (see FAR 2.101, Definitions), including orders under multiple-award contracts, or a subcontract, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR part 121.406 and 125.6, provided that for purposes of the limitations on subcontracting, only VIP-listed SDVOSBs shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An independent contractor shall be considered a subcontractor. An otherwise eligible firm further agrees to the following: (1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (2) Supplies or products. (i) In the case of a contract for supplies or products (other than from a nonmanufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (ii) In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver is described in 13 CFR 121.406(b)(5) is granted. (3) General construction. In the case of a contract for general construction, it will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (4) Special trade contractors. In the case of a contract for special trade contractors, it will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (5) Subcontracting. Any work that a VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, cost of materials is excluded and not considered to be subcontracted. For mixed contracts and additional limitations, refer to 13 CFR 125.6. (e) Joint ventures. A joint venture may be considered an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any reference therein to service-disabled Veteran-owned small business concern or SDVO SBC, is to be construed to mean a VIP-listed SDVOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. (f) Precedence. For any inconsistencies between the requirements of the SBA program for service-disabled Veteran-owned small business concerns and the VA Veterans First Contract Program, as defined in VAAR subpart 819.70 and this clause, the VA Veterans First Contracting Program requirements have precedence. VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (a) This solicitation includes VAAR 852.219-10 VA Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause) 52.252-1, Solicitation Provisions Incorporated by Reference, Feb 1998. For purposes of this provision, the fill-in is completed as follows: http://farsite.hill.af.mil 52.252-2, Clauses Incorporated by Reference, Feb 1998. For purposes of this clause, the fill-in is completed as follows: http://farsite.hill.af.mil (xiii) Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices will be addressed as necessary. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Questions shall be submitted in writing to Joseph Wingfield at joseph.wingfield@va.gov no later than Monday, Oct 7, 2019 at 2:00 PM MT. Quotes are due no later than Oct 11, 2019 by 2:00 PM MT to the email address identified above. (xvi) Name and email of individual to contact for information regarding this solicitation: Name: Joseph Wingfield Telephone: 303-712-5769 Attachments: SOW 3rd party asbestos abatement monitoring 660-18-232 BLDG 1 G Zone Demo
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25920Q0009/listing.html)
- Document(s)
- Attachment
- File Name: 36C25920Q0009 36C25920Q0009.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5177975&FileName=36C25920Q0009-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5177975&FileName=36C25920Q0009-000.docx
- File Name: 36C25920Q0009 SOW 3rd party asbestos abatement monitoring 660-18-232 BLDG 1 G Zone Demo.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5177976&FileName=36C25920Q0009-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5177976&FileName=36C25920Q0009-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25920Q0009 36C25920Q0009.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5177975&FileName=36C25920Q0009-000.docx)
- Place of Performance
- Address: Salt Lake City VAMC;500 Foothill Drive;Salt Lake City, UT
- Zip Code: 84148
- Zip Code: 84148
- Record
- SN05467335-W 20191005/191003230814-4b1cf9d6117b5171df231135319b87de (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 |