Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2020 SAM #6706
SOLICITATION NOTICE

B -- Environmental Risk Assessments

Notice Date
4/7/2020 1:04:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
TRACEN YORKTOWN(00041) YORKTOWN VA 23690 USA
 
ZIP Code
23690
 
Solicitation Number
70Z04120QP3202300
 
Response Due
4/21/2020 1:30:00 PM
 
Archive Date
06/30/2020
 
Point of Contact
Maria L. Nestico, Juan A. Soto
 
E-Mail Address
Maria.L.Nestico@uscg.mil, Juan.A.Soto@uscg.mil
(Maria.L.Nestico@uscg.mil, Juan.A.Soto@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. The Solicitation 70Z04120QP3202300 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05 of 30 March 2020. This procurement is a 100% Total Small Business Set-Aside and the associated North American Industry Classification System (NAICS) Code is 541620, Environmental Consulting Services, with Size Standard is $16.5 Million. The United States Coast Guard (USCG) Training Center Yorktown has a requirement for a State-Certified Contractor to Conduct Environmental Risk Assessments at USCG Housing, Training Center Yorktown in accordance with the following Performance Work Statement (PWS): 1.0 Scope:� Provide all services necessary to conduct a thorough risk assessment in accordance with EPA and HUD guidelines for two (2) housing units/areas (total of three (3) buildings) at (CG Training Center Yorktown, Yorktown, VA) for asbestos-containing materials (ACM), lead-based paint (LBP), lead dust, and radon. The risk assessments shall include an on-site investigation to determine the presence, type, severity, and location of LBP, lead dust, ACM and Radon hazards (including lead hazards in paint, dust, and soil) and shall provide recommendations to control or eliminate them. The risk assessments shall be performed only by a certified lead and asbestos risk assessor. Certification as an industrial hygienist, professional engineer, or registered architect is not required to perform these assessments.� The risk assessment shall include interior, exterior and outdoor areas of housing, adjacent structures and child play/high traffic areas (at each housing unit and common play areas). All samples will be collected following appropriate methods, documented using a chain of custody, and analyzed by appropriately accredited laboratories in accordance with federal/state requirements and industry standards. 2.0 Government Supplied information: Available historical sample data, and inspection and risk assessment reports for lead, asbestos and radon will be provided to the contractor in advance for awareness. Available housing diagrams and floor plans will be made available to the Contractor. 2.1 Work Required: The contractor shall provide a complete lead risk assessment, asbestos survey, and radon assessment. These findings shall be detailed in a formal report for each housing unit listed below. The report shall follow the format described in the HUD Risk Assessment and Reevaluation publication. 3.0 Inspection Process: The assessment will follow federal and state requirements for a complete and thorough evaluation and risk determination of ACM, lead and radon hazards. 4.0 Buildings: Included in this scope are a total of three (3) buildings for a total 8,257 square feet (SF) located at USCG Training Center Yorktown, 1 U.S. Coast Guard Training Center, Yorktown, VA 23690-5000: 1) CO�s House, Quarters 1 - 3,436 SF, built in 1940 2) CO�s House Quarters 1.5 - 1,375 SF, built in 1941; and, 3) XO�s House, Quarters 2 - 3,446 SF, built in 1936. 5.0 Schedule: Contractor shall submit a schedule of work to the Contracting Officer for approval. Once the schedule is approved, conformance to the approved schedule is mandatory. CG Housing personnel will make notification to the affected residents of the work schedule.� 6.0 Reporting:� Formal assessment reports shall provide a comprehensive risk assessment for each housing unit in accordance with EPA and HUD Guidelines for Risk Assessments. The reports shall document detailed findings of material conditions, potential for disturbance, sample results; presence, type, severity, and location of hazards to include diagrams and pictures, and provide recommendations for the control each hazard based on local regulatory requirements.� 7.0 Final Submittal:� Assessment reports shall be completed and submitted no more than 14 days after receipt of laboratory sample results. 8.0 Point of Contact (POC) and Contracting Officer Representative (COR):� The POC for this project is Mr. Kent Hammack. The local COR at (housing site) is Mr. Kent Hammack. All work related contact shall be through the POC/COR. The Contracting Officer will be identified in the contract documents when issued. All on-site work shall be completed by 1 JUNE 2020 (subject to change due to COVID-19). DUE TO THE COVID -19, SITE VISITS ARE CURRENTLY NOT PERMITTED. INSTRUCTIONS TO OFFERORS: The contractor shall provide the following in addition to price: capability statement; state certification; performance schedule; past performance information; completed FAR 52.212-3; and, offers' name, address, point of contact name, phone number, fax number, email address, Tax Identification Number (TIN) and DUNS number. Relevant Past Performance information shall be three references within the last five years (5) years and the reference company name, point of contact, telephone number, fax number and email address. This information MUST be current. Failure to submit the completed FAR 52.212-3 may be considered nonresponsive and will not be considered in the evaluation. FAR Part 13 Evaluation Procedures to be used on the basis of award using lowest price technically acceptable approach. Evaluation criteria factors: price, technical, past performance. The Offeror shall submit the following: 1) firm-fixed pricing inclusive of all costs required by this solicitation. Pricing shall include a breakout of Labor, Materials, Travel any other applicable expenses; 2) capability statement in performing the solicitation requirements; 3) state certification to Conduct Environmental Risk Assessments; 4) performance schedule; and, 5) past performance. Failure to provide all above elements will be determined as a non-responsive quote. The resultant contract from this solicitation will be Firm Fixed Price (FFP). The Offeror must comply with the following Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) Provisions and Clauses for Commercial items incorporated herein by reference: FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (DEVIATION 2018-O0018) (tailored for quotes under FAR Part 13), applies to this acquisition; FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items with Alternate I - the selected offeror must submit a completed copy of the listed representations and certifications; FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-6; 52.219-28; 52.222-3, 52.222-21, 52.222-26, 52.222-50, 52.223-18; 52.225-13; 52.232-33; 52.222-41; 52.222-42, 52.222-55, and 52.222-62.� Additional FAR Clauses: 52.204-13; 52.204-18; 52.232-40; 52.246-1, 52.247-34. Additional FAR Provisions: 52.204-7; 52.204-16; 52.223-4. HSAR Clause 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items with the following Clauses: 3052.209-70; 3052.222-9; 3052.223-70; 3052.223-90; and, 3052.247-72. All clauses and provisions referenced in this announcement may be accessed at the following website free of charge: https://www.acquisition.gov/far and https://www.dhs.gov/publication/hsar. Department of Labor Wage Determination No. 2015-4341, Revision No. 13, Date of Revision 12/23/2019 wage rates for service contracts�are included in this solicitation and are applicable. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word ""offer/offeror� or a derivative of that word appears, it is changed to ""quote/quoter� or a derivative of that word. An offeror must have a valid DUNS number and must be registered with the SYSTEM FOR AWARD MANAGEMENT (SAM) database per FAR Part 7, System Award Management, before an award can be made. Offerors who are not registered with https://beta.sam.gov/�may be considered nonresponsive and will not be considered in the evaluation. The RFQ document shall be submitted via email in an electronic version in Word, Excel, or Adobe PDF format only.� The file capability of USCG's servers is 10 megabytes (MBs). A quote that is of greater size shall be submitted in multiple transmissions, all of which must arrive by the quote submission deadline.� By submission of its quote, the offeror is asserting that it understands the RFQ, the RFQ attachments, and that there are no exceptions to the RFQ or its attachments in the quote itself. This RFQ shall not be considered direction to proceed with the subject effort. This RFQ is not a promise of future direction to proceed. Offerors are solely responsible for all RFQ submission costs.� All questions concerning this notice/solicitation shall be submitted in writing electronically via email to the Contracting Officer(s) Maria Nestico at Maria.L.Nestico@uscg.mil and Juan Soto at Juan.A.Soto@uscg.mil NO LATER THAN 4:30PM EST, TUESDAY, 14 APRIL 2020, or your questions may not be answered. Questions & Answers posting will be issued by solicitation amendment. Quotes will only be accepted by email. Any quote received by the US Coast Guard that is not emailed will not be considered for award. All responsible sources may submit a quote electronically via email to Maria L. Nestico at Maria.L.Nestico@uscg.mil and to Juan Soto at Juan.A.Soto@uscg.mil, which if timely received, will be considered by the Agency. The closing date and time for receipt of quotes is TUESDAY, 21 APRIL 2020, at 4:30PM Eastern Standard Time (EST).�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/25aafcd9793b4b42ba669b02b77688f0/view)
 
Place of Performance
Address: Yorktown, VA, USA
Country: USA
 
Record
SN05612506-F 20200409/200407230144 (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 |
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.