SOLICITATION NOTICE
F -- IDIQ Air Monitoring & Environmental Consulting Services Supporting the VA NJ HCS East Orange & Lyons Campuses
- Notice Date
- 1/27/2025 5:42:22 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
- 36C24225Q0108
- Response Due
- 2/5/2025 12:00:00 PM
- Archive Date
- 04/06/2025
- Point of Contact
- Ms. Mitchelle Labady, Contracting Officer, Phone: 718-584-9000 x4329
- E-Mail Address
-
mitchelle.labady@va.gov
(mitchelle.labady@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 36C24225Q0108 Page 1 of Page 3 of 140 Page 1 of COMBINED SYNOPSIS/SOLICITATION Indefinite Delivery Contract for Asbestos Air Monitoring and Other Environmental Consulting Services at the VA New Jersey Healthcare System East Orange & Lyons Campuses (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and FAR 13 Simplified Acquisition Procedures, 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 email on RFQ reference number 36C24225Q0108. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03 (eff. 02/23/2024). (iv) This procurement is being issued as a SDVOSB set-aside solicitation. The North American Industry Classification System (NAICS) code is 562910, Remediation Services, with a small business size standard of $25 Million. (v) The Contractor shall provide line-item pricing for asbestos air monitoring and material sampling services at the VA NJ HCS East Orange & Lyons Campuses pricing to five-year as well as other services outlined in the Statement of Work. Please reference the attached sample table for instrumentation & time frame of pricing periods. (vi) Description of requirement - Scope of Work (SOW) Please reference the attached Statement of Work (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. FOB Destination VA New Jersey Healthcare System East Orange Campus 385 Tremont Ave East Orange, NJ 07018 VA New Jersey Healthcare System Lyons Campus 151 Knollcroft Road Lyons, NJ 07039 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (NOV 2021) 52.204-29 Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (DEC 2023) 52.233-2 Service Of Protest (SEP 2006) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) 52.204-7 System For Award Management (NOV 2024) 52.204-16 Commercial And Government Entity Code Reporting (AUG 2020) 52.229-11 Tax On Certain Foreign Procurements Notice And Representation (JUN 2020) 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71 Alternate Protest Procedure (OOC 2018) 852.239-75 Information And Communication Technology Accessibility Notice (FEB 2023) (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items (OCT 2014), applies to this acquisition. (A) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Responses to this RFQ shall contain sufficient information to conduct a comparative evaluation of the following factors: Factor 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 shall be determined on the basis of the qualification of the offeror s capability statement. 1) Provide a capability statement, of length no greater than 5 pages, demonstrating your ability to meet all requirements in the Statement of Work with no additional cost to the VA in manpower or dollars. 2) Provide the documentation of certifications and other qualification requirements as outlined in the Statement of Work to include but not limited to: Active New York State Department of Labor Asbestos Handling License Active New York State Department of Labor Asbestos Certificates for all technicians working on site. Qualifications for laboratories to be used for this contract. Resume and qualifications for any Certified Industrial Hygienist involved with air monitoring or material sampling under this contract. 3) Provide a statement that the Contractor can meet the response times for emergency services stated in section). Factor 2 Past Performance: The Government shall evaluate the offeror s past performance. By past performance, the Government means the offeror s reputation for conforming to specifications and to standards of good workmanship, i.e., reliable service, qualifications, adherence to contract schedules to include both technical and administrative aspects of performance. The Government shall evaluate past performance based on information that may be obtained from the Offeror or from any other source such as previous commercial or Government contracts. The Government may also use any relevant information in its possession or in the public domain. Offerors without a record of relevant past performance may not be evaluated favorably or unfavorably. Factor 3 Price: Vendor s price must be fair and reasonable as determined by Contracting Officers price analysis. Vendor shall complete the line-item table in section v. of this combined synopsis/solicitation and the attached bid sheet. The total dollar value of the bid sheet shall be used to compare pricing between quotes and to properly evaluate price reasonableness. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (C) Following receipt of quotes, the Government will perform a comparative evaluation in accordance with FAR Part 13. The Government will compare quotes to one another to select the offering that best benefits the Government. (D) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (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: CL-120 Supplemental Insurance Requirements fill-in ($500,000.00), ($200,000.00), ($500,000.00), ($20,000.00) 52.216-18 Ordering (AUG 2020) 52.216-19 Order Limitations (OCT 1995) 52.216-22 Indefinite Quantity (OCT 1995) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.203-16 Preventing Personal Conflicts of Interest (JUN 2020) 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 (AUG 2020) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) 52.228-5 Insurance Work on a Government Installation (JAN 1997) 852.201-70 Contracting Officer's Representative (DEC 2022) 852.203-70 Commercial Advertising (MAY 2018) 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020) 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (Deviation) (JAN 2023) 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (Deviation) (JAN 2023) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.237-75 Key Personnel (OCT 2019) 852.242-71 Administrative Contracting Officer (OCT 2020) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020), 52.203-17 Contractor Employee Whistleblower Rights (Nov 2023) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023) 52.204 30 Federal Acquisition Supply Chain Security Act Orders Prohibition. (Dec 2023) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (JAN 2025) 52.219-8 Utilization of Small Business Concerns (JAN 2025) 52.219-14 Limitations on Subcontracting (OCT 2022) 52.219-27 Notice of Set-Aside for, or Sole Source to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (FEB 2024) 52.219-28 PostAward Small Business Program Re-representation (JAN 2025) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-35 Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.222-54 Employment Eligibility Verification (JAN 2025) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving� (May� 2024)� 52.229-12 Tax on Certain Foreign Procurements (FEB 2021) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (xiii) The Service Contract Act of 1965 does apply to this procurement Please reference the attached Wage Determinations. (xiv) N/A (xv) This is as a SDVOSB set-aside combined synopsis/solicitation for asbestos air monitoring and material sampling services at the Buffalo and Batavia VA Medical Centers. The Government intends to award an indefinite delivery 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 Quoter shall list exception(s) and rationale for the exception(s). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion, or addition. Submission shall be received NO LATER THAN 1:00 PM EDT, Friday, February 7, 2025. The Government shall only accept electronic submissions via email, please send all quotations to mitchelle.labady@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Request for information (RFI) will not be accepted after 12:00 Noon EST Friday, January 31, 2025. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Ms. Mitchelle Labady, Contracting Officer at mitchelle.labady@va.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e246d105f7844fa4b591c11e2d0e5a91/view)
- Place of Performance
- Address: Department of Veterans Affairs New Jersey Healthcare System 151 Kollcroft Rd, Lyons, NJ 07039 & 385 Tremont Ave, East Orange, NJ 07018, USA
- Zip Code: 07018
- Country: USA
- Zip Code: 07018
- Record
- SN07323708-F 20250129/250127230105 (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 |