SOLICITATION NOTICE
Z -- 528-21-135 BUILDING 6 ASBESTOS ABATEMENT
- Notice Date
- 5/6/2022 7:30:13 AM
- Notice Type
- Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24222B0040
- Response Due
- 6/6/2022 8:00:00 AM
- Archive Date
- 07/06/2022
- Point of Contact
- Idalia Algarin, Contracting Officer
- E-Mail Address
-
Idalia.Algarin@va.gov
(Idalia.Algarin@va.gov)
- Awardee
- null
- Description
- 1. SOLICITATION NUMBER 2. TYPE OF SOLICITATION 3. DATE ISSUED PAGE OF PAGES 4. CONTRACT NUMBER 5. REQUISITION/PURCHASE REQUEST NUMBER 6. PROJECT NUMBER 7. ISSUED BY CODE 8. ADDRESS OFFER TO a. NAME b. TELEPHONE NUMBER (Include area code) (NO COLLECT CALLS) 10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying number, date) 12a. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If ""YES,"" indicate within how many calendar days after award in Item 12B.) 12b. CALENDAR DAYS 13. ADDITIONAL SOLICITATION REQUIREMENTS: STANDARD FORM 1442 (REV. 8/2014) STANDARD FORM 1442 Prescribed by GSA-FAR (48 CFR) 52.236-1(d) SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair) SOLICITATION SOLICITATION IMPORTANT - The ""offer"" section on the reverse must be fully completed by offeror. 9. FOR INFORMATION CALL: NOTE: In sealed bid solicitations ""offer"" and ""offeror"" mean ""bid"" and ""bidder"". SEALED BID (IFB) NEGOTIATED (RFP) 11. The Contractor shall begin performance within ____________ calendar days and complete it within ____________ calendar days after receiving award, notice to proceed. This performance period is mandatory negotiable. (See _____________________________). YES NO a. Sealed offers in original and ___________________copies to perform the work required are due at the place specified in Item 8 by _____________ (hour) local time _____________________ (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. Sealed envelopes containing offers shall be marked to show the offeror's name and address, the solicitation number, the date, and time offers are due. b. An offer guarantees is, is not required. c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. . d. Offers providing less than _______________________ calendar days for Government acceptance after the date offers are due will not be considered and will be rejected. 1 63 36C24222B0040 X 04-20-2022 TBD 528-22-1-4192-0007 TBD 528-21-135 36C242 Department of Veterans Affairs Network Contracting Office (NCO) 2 2875 Union Road Suite 3500 Cheektowaga NY 14227 ALGARIN, IDALIA, CO 716-862-7461 X 22395 The intent of this project is to provide all labor, materials, tools, equipment, and supervision necessary to abate and remove the ACM floor tile, mastic, ceiling tiles and demolition of the interior room walls and closets. All work to be completed under abatement conditions, and all demolition materials are to be disposed of in accordance with all applicable state and federal regulations. All work will be performed at Buffalo, NY VA Medical Center, Bldg. 6. This procurement will be 100% set-aside for a Service-Disabled, Veteran Owned Small Business IAW 38 U.S.C 8127. Bidders should be registered in the System for Award Management (SAM) at the time of bid and shall be registered at the time of award (www.sam.gov). The successful bidder's Dun and Bradstreet or equivalent Supplier Analysis Report will be reviewed by the contracting officer. A score of 7 and above may require additional financial data to be submitted. Bidders must submit their Experience Modification Report (EMR) with their bid. The North American Industry Classification (NAICS) code for this procurement is 562910 Remediation Services with a size standard of $22M. No contract for construction of a project may be awarded to the firm that designed the project, or to its subsidiaries or affiliated, without the writer s approval of the Head of Contracting (HCA) or authorized representative. A pre-bid site visit will be held on Wednesday, May 11, 2022, at 11 AM Eastern. Interested parties shall meet in Bldg. 1 Basement Rm 6-54, Buffalo, NY VA Medical Center. The COR will meet you there and escort you to the jobsite. All inquiries at the site visit must be submitted to the Contracting Officer to be considered for an official response. All RFI's must be submitted by noon on Wednesday, May 18, 2022. Email to: idalia.algarin@va.gov. Bid opening will be held via Microsoft TEAMS on Monday, June 6, 2022, at 11 AM Eastern Time. BE SURE TO EMAIL YOUR BID AND REQUIRED DOCUMENTS TO: IDALIA.ALGARIN@VA.GOV. THIS MUST ARRIVE BY 11 AM ON MONDAY, JUNE 6, 2022. ORIGINALS OF BID BOND NEED TO BE MAILED TO: IDALIA ALGARIN, CONTRACTING OFFICER, 2875 UNION ROAD, SUITE 3500, CHEEKTOWAGA, NY 14227. To be included in the bid opening, please email Ms. Algarin, and include the name and email address of those that wish to attend, so that they can be included in the Microsoft TEAMS invite. See Drawings, Specification and the Statement of Work included or attached to this solicitation for a complete description of the work required. Award will be made to the responsive, responsible bidder submitting the lowest price The project number for this project is 528-21-135. The magnitude of the project is between $25,000 and $100,000. Bidders are reminded to follow VA Safety Protocols for COVID-19. Masks are required. See VHA SAFETY GUIDELINES for more details. Bidders are reminded to return sign copy of VAAR 852.219-77 VA Notice of Limitations on subcontracting - Certificate of Compliance for Services and Construction (Sep 2021) (DEVIATION) contained in the solicitation. 5 90 X X 52.211-10 X 10 EMAILED ONLY 11AM EDT 06-06-2022 X 60 14. NAME AND ADDRESS OF OFFEROR 15. TELEPHONE NUMBER 16. REMITTANCE ADDRESS CODE FACILITY CODE 17. The offeror agrees to perform the work required at the prices specified below in strict accordance with the terms of the solicitation, if this offer is accepted by the Government in writing within __________ calendar days after the date offers are due. AMOUNTS 18. The offeror agrees to furnish any required performance and payment bonds. 19. ACKNOWLEDGMENT OF AMENDMENTS AMENDMENT NUMBER DATE. 20a. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER 20b. SIGNATURE 20c. OFFER DATE 21. ITEMS ACCEPTED: 22. AMOUNT 23. ACCOUNTING AND APPROPRIATION DATA 24. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM 25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO 10 U.S.C. 2304(c)( ) 41 U.S.C. 3304(a) ( ) 26. ADMINISTERED BY 27. PAYMENT WILL BE MADE BY PHONE: FAX: 28. NEGOTIATED AGREEMENT 29. AWARD Your Contractor agrees offer on this solicitation is hereby accepted as to the items listed. This to furnish and deliver all items or perform all work requirements identified award consummates the contract, which consists of (a) the Government on this form and any continuation sheets for the consideration stated in solicitation and your offer, and (b) this contract award. No further con- this contract. The rights and obligations of the parties to this contract tractual document is necessary. shall be governed by (a) this contract award, (b) the solicitation, and (c) the clauses, representations, certifications, and specifications incorporated by reference in or attached to this contract. 30a. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED 31a. NAME OF CONTRACTING OFFICER TO SIGN 30b. SIGNATURE 30c. DATE 31b. UNITED STATES OF AMERICA 31c. AWARD DATE BY OFFER AWARD STANDARD FORM 1442 (REV. 8/2014) BACK (Include ZIP Code) (Include area code) (Include only if different than Item 14.) (Insert any number equal to or greater than the minimum requirement stated in Item 13d. Failure to insert any number means the offeror accepts the minimum in Item 13d.) (The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each) (Type or print) (4 copies unless otherwise specified) (Type or print) (Type or print) (Contractor is required to sign this document and return _______ copies to issuing office.) (Contractor is not required to sign this document.) (Must be fully completed by offeror) (To be completed by Government) CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE 528-3620162-4192-854200-3255 23NRNR000 Department of Veterans Affairs Network Contracting Office (NCO) 2 2875 Union Road Suite 3500 Cheektowaga NY 14227 Tungsten Network https://www.tungsten-network.com/ customer-campaigns/veteransaffairs/ X Idalia Algarin Contracting Officer Item accepted as to box 10 Page 64 of 64 INFORMATION REGARDING BIDDING MATERIAL, BID GUARANTEE AND BONDS (a) Solicitation materials consisting of drawings, specifications and other information may be obtained from the Contract Opportunities (formerly FedBizOpps) website: https://www.sam.gov/ An Offerors mailing list WILL NOT BE prepared by the Contracting Officer. SOLICITATION AMENDMENTS: Amendments to the solicitation will be posted at https://www.sam.gov/ Paper copies of the amendments will NOT be individually mailed. No other notification of amendments will be provided. Offerors are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers. (b) A bid guarantee is required in an amount not less than 20 percent of the proposal price but shall not exceed $3,000,000, whichever is less. Irrevocable Letter of Credit (ILC) may be submitted in lieu of a bid bond. Failure to furnish the required bid guarantee in the proper form and amount, by the proposal due date, will require rejection of the proposal in all cases except those listed in FAR 28.101-4, and may be cause for rejection even then. (c) The awardee for this procurement will be required to furnish two bonds, a Payment Bond, SF 25A, and a Performance Bond, SF 25. See FAR Clause 52.228-15 Performance and Payment Bonds Construction. ILC s are acceptable in lieu of bonds. Magnitude of Construction: $25,000.00 to $100,000.00 (d) CONTRACTOR RESPONSIBILITY: Safety or Environmental Violations and Experience Modification Rate All Offerors shall submit the following information pertaining to their past Safety and Environmental record. The information shall contain, at a minimum, a certification that the offeror has no more than three (3) serious, or one (1) repeat or one (1) willful OSHA or any EPA violation(s) in the past three years. All Offerors shall submit information regarding their current Experience Modification Rate (EMR), which shall be equal to or less than 1.0 to be considered for award. This information shall be obtained from the offeror s insurance company and be furnished on the insurance carrier s letterhead. Self-insured contractors or other contractors that cannot provide their EMR rating on insurance letterhead must obtain a rating from the National Council on Compensation Insurance, Inc. (NCCI) by completing/submitting form ERM-6 and providing the rating on letterhead from NCCI. Note: Self-insured contractors or other contractors that cannot provide EMR rating on insurance letterhead from the states or territories of CA, DE, MI, NJ, ND, OH, PA, WA, WY, and PR shall obtain their EMR rating from their state-run worker s compensation insurance rating bureau. (e) TRAINING: All employees of the Prime Contractor and Subcontractors shall have the 10-hour OSHA certified construction safety course. The Prime Contractor s competent site superintendent and any foreman of the subcontractor(s) shall have completed the 30-hour OSHA certified construction safety course. Documentation of training shall be submitted to the Contracting Officer for review and approval prior to any work being performed. Failure to present the proper training documentation will result in the individual being removed from the job; the individual may only return after the proper documentation has been provided. There shall be no exceptions to this requirement. (f) KEYS: All keys provided to the Contractor or any subcontractor for use during the project shall be returned to the Contracting Officer's Representative (COR) at completion of the work or upon request. No keys shall be reproduced by the Contractor or any subcontractor. There will be a $10 charge for each key that is lost or not returned to the COR. (h) System for Award Management (SAM): Federal Acquisition Regulations require that federal contractors register in the System for Award Management (SAM) database, https://www.sam.gov/ and enter all mandatory information into the system. Contractors must be registered in SAM at the time of award and should be registered at the time of the proposal submission. (j) Contractor Normal Work Hours: The contractor work hours are from 8:00AM to 4:30PM, Monday through Friday, excluding federal holidays. Federal holidays that fall on a non-workday; Saturday or Sunday, the holiday usually is observed on Monday if the holiday is on Sunday or on Friday if the holiday is on Saturday. The contractor may request authorization from the Contracting Officer to work an alternative schedule or on holidays. However, the Contracting Officer reserves the right to deny or authorize the contractor s request at his or her discretion considering the best interests of the Government. All federal holidays are observed as non-workdays. Federal holidays can be found on the following web site: http://www.opm.gov/policy-data-oversight/snow-dismissal-procedures/federal-holidays. These days will be identified during the pre-construction meeting. contracting office in writing within the timeframes specified in paragraph (b) of this clause, or with its offer for an order (see paragraph (c) of this clause), that the data have been validated or updated, and provide the date of the validation or update. (g) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (f) or (h) of this clause. (h) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following re-representation and submit it to the contracting office, along with the contract number and the date on which the re-representation was completed:
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6da1e2cc915e4ebbb5215c0591d33845/view)
- Record
- SN06319960-F 20220508/220506230056 (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 |