SOLICITATION NOTICE
R -- Tri Annual AHERA environmental Asbestos and Lead re-inspection and testing survey
- Notice Date
- 2/8/2023 3:34:46 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541350
— Building Inspection Services
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26223Q0544
- Response Due
- 2/21/2023 10:00:00 AM
- Archive Date
- 04/02/2023
- Point of Contact
- Ositadima Ndubizu, Contract Specialist Intern, Phone: (562) 766-2252
- E-Mail Address
-
ositadima.ndubizu@va.gov
(ositadima.ndubizu@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.a. Project Title: Tri-Annual AHERA Environmental Asbestos and Lead re-inspection and testing survey 1.b. Description: VA Greater Los Angeles Healthcare System is seeking a contractor to perform a Tri-Annual AHERA Environmental Asbestos and Lead re-inspection and testing survey. 1.c. Project Location: VA Greater Los Angeles Healthcare System 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26223Q0544. 1.e. Set Aside: This solicitation is issued as a Service-Disabled Veteran Owned Small Business set aside. 1.f. Applicable NAICS code: 541350, Building Inspection Services. 1.g. Small Business Size Standard: $8 million 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: Base year + 4 options 1.j. Wage Determination applicable to this project: SCA WD 2015-5613 revision 23 1.k. Request for Information (RFI) should be submitted via email no later than 4pm PST Tuesday, February 14th, 2023 to ositadima.ndubizu@va.gov 2. Statement of Work 2.1. Objective. VA Greater Los Angeles Healthcare System is seeking a contractor to perform a Tri-Annual AHERA Environmental Asbestos and Lead re-inspection and testing survey. 2.2. Background. VHA Directive 7714 - This Directive establishes the policy on the identification, management, and control of hazards related to asbestos-containing materials (ACM) at VA facilities. It is the intent of this policy to assist facilities in developing a comprehensive building asbestos survey. This VA policy complies with Title 38 United States Code 7301(b); 29 Code of Federal Regulations: CFR 1910.1001; 29 CFR 1926.101; 40 CFR Part 763, Subpart E; and 40 CFR 61. VHA 7714 mandates to perform an original inspection to determine whether asbestos-containing materials are present and abate the asbestos containing materials and then re-inspect asbestos containing materials every three years. This environmental data collection and data management services will be performed on all the buildings at VA GLAHS (VA Greater Los Angeles Healthcare System- VA West LOS Angeles, VA Sepulveda, and VA LAACC Facility Buildings). 2.3. Scope. Contractor shall prepare re-inspection forms for the materials, any prior documentation identified as Asbestos containing materials (ACM)/Asbestos Containing construction materials (ACCM) and prior documentation identified as Lead Base Paints (LBP). Contractor shall perform Operations and Maintenance level surveys of interiors of buildings that have not been surveyed, as identified in any prior documentation. These surveys will focus on identifying predominant suspect ACMs/ACCMs and will include sampling of friable and damaged non-friable materials, as well as predominant non-friable materials. All suspect ACMs/ACCMs may not be sampled during surveys. Contractor shall test, using X-Ray Fluorescence analyzer (XRF) predominant, representative paints and coatings for lead content. Any damaged paints and coatings will be tested. The TEM (Transmission Electron Microscopy) will be used to supplement PCM analysis when PCM analysis suggests that exposure to asbestos fibers is high and there is need for confirmation. Single analytical report per building at VA West Los Angele, VA Sepulveda, and VA LAACC will be generated on the asbestos and lead re-inspection survey. The report will be prepared by a certified site surveillance technician (CSST) and by Lead sampling technician (LST). Both of whom should be supervised by a certified asbestos consultant and a California Department of Public Health inspector/assessor (CDPH I/A). The report will provide a summary of the re-inspection per building, noting any asbestos/lead material present or any asbestos/lead material present or any asbestos/lead material which appears to have been removed. This report will contain field completed re-inspection forms, laboratory analytical report, XRF Logs, sample location drawings, photos, and staff certifications. Contractor will prepare an excel spreadsheet of asbestos/lead abatement costs identified as present or remaining in each building. Each general type of hazardous material will be aggregated per building, and cost for abatement, based on unit rates. Shall be provided for each type of material, segregated by each building. For example, if a particular building has several types of ACM floor tile, these will be aggregated into a single line with a single cost associated. Contractor must provide a unique software that will be used for data management. This will allow facility personnel access to all data at any given time. The software must have the following requirements: Database Management and Collection- The document database management system that the contractor provides must be completely uploaded and operational. To keep and organize all documents and files, paper archives, CAD drawings, O&M manuals, and project documents, comprehensive user-friendly technical software must be implemented. This will allow huge organizations like VA GLAHS to manage and take control of their database information. The software must allow VAGLAHS personnel access by implementing Single Sign-On and routing Users through their VA account logins. The SSO must allow us to set up various types of secure enterprise connections. SSO should use the highest level of encryption, TLS 1.2. Implementing SSO will provide an additional level of security to technical documents as well as allow authenticated users the ability to log in without remembering yet another username and password. The software solution must have the ability to store floorplans and utilize point and click method to access relevant information about the space. The software solution must have the ability to prepare a compliance audit report. The software must have the ability to make certain pages or sections confidential or read only for users, depending on their credentials. The software must provide notifications for upcoming milestones Contractor will organize documents from past filing (paper and electronic files) to their unique building information software by providing the following services: Document Review: Contractor will review all documents in paper and electronic formats, drawings, and small format documents. Contractor will create customized indexing database to house the information captured. The database information will be standardized, the metadata filed such as building names, disciplines, dates, etc. The contractor will start with reviewing and cataloging binders, drawings, manuals, reports, and project files that exist in an electronic format. Files may reside on a server, thumb drives, CDs, DVDs, or on external hard drives. The information will be entered into a cataloging database and important pieces of metadata will be captured such as the building name, the project name, the issue, and the date. Contractor will identify the latest versions of each project set and will separate out any duplicate copies of the files. Contractor will review and catalog the paper files and see where they overlap with the existing electronic files. They will identify the latest version of each set and separate out any paper duplicates found. Contractor will add them to the same database as the electronic files. This will allow us to determine which documents will need to be scanned. We can typically reduce the total number of scanning documents by 25% to 50%. Document Scanning-Upon completion of document review, contractor will begin digitizing the files. They will prepare the documents for scanning either in small-format and large format. Document Indexing- Contractor will capture key information and import into their software. This will permit VAGLAHS users to search and find documents in a variety of ways. Document Conversion- (DWG to PDF). The software viewer has to authorize users to many kinds of files to be uploaded to the system. Contractor will perform conversion services to convert other file types such as DWG, REVIT, WORD, EXCEL to PDF. Quality Control- After files have been reviewed, scanned and indexed, a rigorous quality control will be implemented. Emergency Documents- Contractor shall provide quick access to critical emergency documents and make it accessible to VA GLAHS leadership. Compliance Module- This compliance module should be able to store compliance reports, logs checklists, etc., and display them on calendar dashboard so that one can easily view the requirements, discrepancies, and compliance information and risks. Space Management Module- This module should combine Auto CAD drawings with the database which allows authorized users to inspect floor plans using custom views and data filters, capture essential data such as space type, accounting unit, and department, store equipment, occupancy, HVAC and electrical zones, key codes, floor covers, ceiling type, paint chip numbers, lighting, roof types, etc. 2.4. General Requirements Contractor shall handle the cost of air sampling for asbestos and lead for this re-inspection survey on each and every location and building at VA West Los Angeles, VA Sepulveda and VA LAACC. Contractor shall perform asbestos survey work with accredited persons meeting the inspector training requirements of AHERA and all other Federal, State and Local requirements. Personnel conducting the asbestos survey shall be AHERA certified asbestos building inspectors and possess applicable professional license. Contractor shall collect all samples of suspected ACM in accordance with EPA and OSHA regulations preventing airborne fiber exposure to the surveyor and facility personnel. Contractor shall perform a thorough review of building records to include drawings, specifications, past removal actions (when information is available), inspection reports, industrial hygiene data, maintenance records, and reports/findings of independent asbestos surveys. The contractor shall document the presence or absence of ACM as indicated by the records review. 2.5. Performance Monitoring. The Contracting Officer Representative (COR) will monitor contractor performance and certify the work was done in accordance with the SOW. Contractor should fully understand that the participating VA employees are responsible for providing patient care, thus making advance scheduling a challenge. Contractor shall work closely with the designated COR, of the VA West Los Angeles medical facility to ensure that scheduling is utilized for optimum results. Documentation of delays to provide contract services shall be provided to the COR for a concurring signature from the COR. Contractor s personnel shall be responsible for proper documentation of delays. The document must state the scheduled time that services were required, the reason for the delay, and the actual time that contract services could be provided. 2.6. Period of Performance. The period of performance is a base year plus 4 options years. Authorization shall be obtained from the Contracting Officer in advance for any work performed outside of normal working hours (after 6:00 p.m. and before 6 a.m. Monday through Friday, and Saturday, Sunday or Federal Holidays), to arrange for all services at this station. If this authorization is given for the convenience of the Contractor, there shall be no additional charge for labor, travel time, or other expenses. a. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 b. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. c. Overtime & Holiday Pay: Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. d. Contractor will bill and be paid for actual services provided by Contractor personnel. Contractor will not be paid for availability or on-call services unless otherwise provided herein. 2.7. Contractor Personnel Background Requirements. a. The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive. b. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract. c. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. d. The cost of such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basic of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. At this time, the current estimated costs for such investigations are as follows: Level of Sensitivity Background investigation level Approximate Cost Low Risk National Agency Check with Written Inquiries $ 231.00 Moderate Risk Minimum Background Investigation $ 825.00 High Risk Background Investigation $ 3,465.00 e. The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of Contractor personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for Contractor personnel who will not be required to access VA computer systems nor gain access to sensitive materials. 2.8. Contractor Employees a. The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). b. Badge. Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. c. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. d. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.9. Insurance Coverage a. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. b. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. c. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. d. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01, dated 12/01/2022. The following provisions and clauses apply to this solicitation and can be found in enclosure 2. a. FAR 52.212-1, Instructions to Offerors Commercial Items b. FAR 52.212-2, Evaluation -- Commercial Items c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items e. Supplemental Insurance Requirements f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside g. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance h. FAR 52.233-2, Service of Protest i. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution j. VAAR 852.233-71, Alternative Protest Procedure 4. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PST Tuesday February 21st, 2023 to ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet: a. Vendor Information with UEI and DUNS number b. Acknowledgement of amendments c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions d. Schedule of services e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8c2d367acdca42d0b534ca042db6e1c1/view)
- Place of Performance
- Address: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd, Los Angeles 90073, USA
- Zip Code: 90073
- Country: USA
- Zip Code: 90073
- Record
- SN06585606-F 20230210/230208230106 (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 |