SOLICITATION NOTICE
F -- 528A7-20-707 AIR MONITOR FOR 9B RENOVATION
- Notice Date
- 1/30/2020 8:29:17 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24220Q0299
- Response Due
- 2/10/2020 8:59:59 PM
- Archive Date
- 05/10/2020
- Point of Contact
- Sandra L FisherNetwork Contracting Office 02800 Irving AveBldg 2 Rm D02Syracuse NY 13210
- E-Mail Address
-
sandra.fisher3@va.gov
(sandra.fisher3@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 AIR MONITORING SERVICES FIRE ALARM PROJECT BATAVIA VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 and FAR part 13, 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) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through Contract Opportunities on RFQ reference number 36C24220Q0299. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-03. (iv) This procurement is being issued as 100% Service Disabled Veteran Owned Small Business Set-Aside solicitation. The North American Industry Classification System (NAICS) code is 541620, Environmental Consulting Services, with a small business size standard of $15 Million. (v) In accordance with the attached statement of work, specifications and/or drawings, the Contractor shall provide pricing to perform air monitoring services during the construction project to Asbestos Air Monitoring for 9B Renovation the Syracuse VAMC. Cost Schedule Line item System/Subsystem Labor Materials Total Quantity Unit $/Unit Total Quantity Assumed Days Units $/Units Total 0001 Plan and Submittal Review 1 LS 0002 Air Monitoring Technician 33 Days 0003 Final Report/Daily Logs 1 LS Glove Bags 0004 Samples Small (24 Smalls) Ea 0005 Samples Minor (16 Minors) Ea Mastic Flooring 0006 A900 (Large) Ea 0007 A904 (Small) Ea 0008 B900 (Large) Ea 0009 B901 (Large) Ea Total (vi) Description of requirement (See attached Statement of Work (SOW), specifications and drawings): The contractor shall provide all parts and labor identified in the SOW. The Scope of Work for this project is to provide Air Monitoring in support of the following project, 528A7-19-704 Renovation of 9B for Surgery and Diagnostic Careline. This project abatement will occur in one phase and will need to be coordinated with the approved schedule for the Renovation of 9B for Surgery and Diagnostic Careline project. The abatement for this project will consist of the removal of approximately 550 square feet of flooring and mastic, as well as the removal of approximately 696 linear feet of <2 ACM pipe insulation, and 120 linear feet of 2 6 ACM pipe insulation Provide review of Abatement Contractors Plans and Submittal Provide cost of the Air Monitoring Technician per day for 33 days Provide cost of final report and daily logs Provide all necessary PCM air monitoring samples per NYS Code Rule 56 for 24 Small Asbestos Projects for Pipe Chases. Provide all necessary PCM air monitoring samples per NYS Code Rule 56 for 16 Minor Asbestos Project for Pipe Chases. Provide all necessary PCM air monitoring samplings for 3 Large Asbestos Projects for Mastic Flooring. Provide all necessary PCM air monitoring samples for 1 Small Asbestos Project for Mastic Flooring. (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. Place of Performance: Syracuse VA Medical Center 800 Irving Ave Syracuse, NY 13210 The Air Monitor shall assume a start date of February 24th but no later than March 16th. The Abatement will take place during normal business hours 0700-1700 and shall be an 8-hour shift. The proposed schedule shall be 1 week each for mastic removal in A900, B900, and A901, 3 days for A904, and 3 weeks for the removal of the Pipe Insulation within the chases. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition and is incorporated by reference. The full text clause will be made available upon request. All offers must reference: Solicitation number for this requirement as 36C24220Q0299 Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete. Price. Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractor s package being determined to be incomplete. Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation may be excluded from consideration. (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applies to this acquisition and is considered incorporated by reference. The full text clause will be made available upon request. . Evaluation will be determined based on price and technical acceptability of the requirements. IAW FAR Subpart 13.106. Meeting or exceeding the technical standards will be weighted equal to price. Quotes must meet the technical standards set forth in the solicitation in order to be considered responsive. The Government reserves the right to make award without discussions. The following are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety. Award shall be made to the contractor whose quotation offers the lowest priced technically acceptable to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: 1. Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Technical capability will be determined on the basis of the qualifications of the offeror s capability statement. Factor 1 Quality: Provide a synopsis of offeror s overall approach to quality control/quality improvement. Describe proposed plan for performance of services, including the methods used to satisfy all elements described under the Statement of Work. Provide evidence of all required licensures and/or permits for services in New York State as outlined in the Statement of Work section of this solicitation. Factor 2 Management & Experience: Describe management practices relative to performance of the requirements contained in this solicitation. Describe the means of assuring timely delivery of services. Indicate means of maintaining adequate, trained staff. Provide method for, means of coordinating scheduling, and other factors to provide adequate, timely performance of services. Describe the offeror s length and breadth of experience in providing air monitoring services, including references and experience. 2. Past Performance: Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating.�� 3. Price: Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. Vendor must include a complete cost schedule from section (v.) in order for the contracting officer to properly evaluate price reasonableness. In addition, when including travel to the job site, provide a separate breakdown of costs to include, method of travel, (airfare/rental car or personal/company car including rate and mileage), hotel costs, and per diem for traveler. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 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) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-01) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) 52.237-3 Continuity of Services (JAN 1991) 852.203-70 Commercial Advertising (JAN 2008) 852.215-71 Evaluation Factor Commitments (DEC 2009) 852.219-75 Subcontracting Commitments Monitoring and Compliance (JULY 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.270-1 Representatives of Contracting Officers (JAN 2008) (xii) The Service Contract Act of 1965 does apply to this procurement (see attached Wage Determination). IT Security language does not apply to this purchase order. THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (APR 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). [] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). [X] (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (OCT2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). [] (5) [Reserved] [] (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). [] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). [X] (8) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note). [] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). [] (10) [Reserved] [] (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). [] (ii) Alternate I (Nov 2011) of 52.219-3. [] (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). [] (ii) Alternate I (Jan 2011) of 52.219-4. [] (13) [Reserved] [X] (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). [X] (ii) Alternate I (Nov 2011). [] (iii) Alternate II (Nov 2011). [] (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-7. [] (iii) Alternate II (Mar 2004) of 52.219-7. [] (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). [] (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2014) (15 U.S.C. 637 (d)(4)). [] (ii) Alternate I (Oct 2001) of 52.219-9. [] (iii) Alternate II (Oct 2001) of 52.219-9. [] (iv) Alternate III (Oct 2014) of 52.219-9. [] (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). [] (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). [X] (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). [] (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). [] (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [] (26) 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). [X] (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). [X] (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). [X] (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). [] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). [X] (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). [] (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). [] (34) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [] (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (36) (i) 52.223-13, Acquisition of EPEAT� -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 [] (ii) Alternate I (Jun 2014) of 52.223-13. [] 37) (i) 52.223-14, Acquisition of EPEAT� -Registered Television (Jun 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (Jun 2014) of 52.223-14. [X] (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). [] (39) (i) 52.223-16, Acquisition of EPEAT� -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (Jun 2014) of 52.223-16. [X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). [] (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). [X] (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). [] (ii) Alternate I (May 2014) of 52.225-3. [X] (iii) Alternate II (May 2014) of 52.225-3. [] (iv) Alternate III (May 2014) of 52.225-3. [] (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). [] (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [X] (50) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). [] (51) 52.232-34, Payment by Electronic Funds Transfer Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). [] (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (54) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [] (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) [X] (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). [X] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). [] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). [] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). [] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). [] (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). [] (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) [X] (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). [] (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of clause) SOLICITATION PROVISIONS INCORPORATED BY REFERENCE: 852.203-70 COMMERCIAL ADVERTISING 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) 852.246-70 GUARANTEE (JAN 2008) 852.246-71 INSPECTION (JAN 2008) 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) (xiii) This is a 100% SDVOSB set-aside combined synopsis/solicitation for air monitoring services at the Syracuse VA Medical Center.��The government intends to award a firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" The offeror shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 1030 AM (Eastern), Monday, February 10, 2020. The government shall only accept electronic submissions via email, please send all quotation packages directly to Sandra L Fisher at Sandra.fisher3@va.gov submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xiii) Questions are due to the point of contact listed here not later than 4:00 PM (Eastern) on Tuesday, 4 February, 2020. Direct all questions via email to Sandra L Fisher, Contracting Officer, Sandra.fisher3@va.gov. Offerors SHALL NOT contact the VA COR or other technical staff during the procurement period. All correspondence shall be through the VA Contracting Officer/Specialist listed. Answers to any received questions will be publicly posted on Contract Opportunities as an amendment to this combined synopsis/solicitation. There will NOT be a site visit for this procurement.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/be0f35ee62b4488d961ffa4ee515f090/view)
- Place of Performance
- Address: Syracue VAMC;800 Irving Ave;Syracuse NY 13210
- Record
- SN05547422-F 20200201/200130230202 (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 |