VETERANS AFFAIRS, DEPARTMENT OF USA Tender
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Costs
Summary
R404--asbestos Survey For Main Hospital - Services
Description
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice.â this Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation Number 36c25025q0267 Is Being Issued As A Request For Quote (rfq) And The Intent Is To Award A Firm Fixed Price For Video Content Management Solution Educational And Interaction Support Services. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2005-26.â This Requirement Is Under A Total Service Disabled Veterans Owned Small Business For Commercial Items Under The North Atlantic Industrial Classification System (naics) 541370. requirements: The Louis Stokes Cleveland Va Medical Center Is Seeking Contractors That Can Provide: A Basement, First, And Second Floor Asbestos Survey Located At The Wade Park Facility (10701 East Blvd Cleveland, Oh 44106). provisions And Clauses: This Combined Synopsis Lists One Or More Clauses By Reference With The Same Force And Effect As If They Were Given In Full Text (far 52.252-2). The Provisions At Far 52.212-1, Instructions To Offerors-commercial Items, Apply To This Acquisition With The Following Addendum To The Provisions Of The Standard Provisions. In Accordance With Federal Acquisition Regulation Far 52.212-2 Evaluation-commercial Items All Offers Will Be Considered Under Comparative Analysis. 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. The Following Factors Shall Be Used To Evaluate Offers. (1) Technical Capability. Additionally, Any Potential Offerors Quoting A Brand Equivalent Must Supply Supporting Documentation That The Product Quoted Is Of Equal Or Greater Technical Capability Matching The Specified Equipment In Features, Quality, Warranty Terms, Compatibility With Existing Systems, And Functionality To Be Considered. (2) Price: Quote For Each Line Item, Including But Not Limited To The Requirements Listed Above. note: The Government Reserves The Right To Award Without Discussions, Vendors Shall Submit The Most Favorable Terms. Small Businesses Are Encouraged To Contract Their Nearest Procurement Technical Assistance Center (ptac) If Assistance Is Needed In Preparing Their Quote. The Web Site Address For The Location Of The Nearest Ptac Is Http://www.sellingtothegovernment.nct. electronic Invoice Submission: The Department Of Veterans Affairs (va Financial Service Center (fsc) Is The Designated Agency Office For Invoice Receipt In Accordance With The Prompt Payment Act (5 Cfr Part 1315). Fsc Or Its Designated Representative May Contact The Vendor To Provide Specific Instructions For Electronic Submission Of Invoices. The Vendor Will Be Responsible For Any Associated Expenses. Fsc May Utilize Third-party Contractors To Facilitate Invoice Processing. Prior To Contact By Fsc Or Its Designated Representative For Electronic Invoicing Submissions, The Vendor Shall Continue To Submit All Invoices To Fsc At The Following Mailing Address: Department Of Veterans Affairs, Financial Services Center, And Po Box 149971, Austin, Tx 78714-8971. offerors Shall Complete Far 52.212-3 Offerors Representations And Certifications-commercial Items Available For Online Registration At Http://orca.bpn.gov Or Include A Written Copy With The Quote Submitted. The Clauses That Applies To This Solicitation Are: 52.203-16 Preventing Personal Conflicts Of Interest 52.204-7 (sam Registration) The Successful Offeror Must Be Registered With The System Award Management (sam) To Be Awarded A Contract, You May Register Easily And Quickly On-line At Http://www.sam.gov 52.212-4 Contract Terms And Conditions-commercial Items, Applies To This Acquisition, To Include The Following Addendum To The Clause: addendum To Far 52.212-4 Contract Terms And Conditions Commercial Items: Clauses That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract: 52.217-8 Option To Extend Services 52.232-18 Availability Of Funds 52.237-3 Continuity Of Services 52.252-2 Clauses Incorporated By Reference far Number title date 52.204-13 system For Award Management Maintenance oct 2018 52.204-18 commercial And Government Entity Code Maintenance aug 2020 852.242-71 administrative Contracting Officer oct 2020 vaar 852.212-70 Provisions And Clauses Applicable To Va Acquisition Of Commercial Items vaar 852.237-70 (contractor Responsibility) 852.2370-4 (commercial Advertising). (end Of Addendum To 52.212-4) 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Items, Applies To This Acquisition Which Shall Include The Following Clauses By Reference. Clauses: 52.203-6, 52.217-8, 52.217-9, 52.219-4, 52.219-8, 52.219-23 Alt1, 52.222-21, 52.222-26, 52.222-35, 52.222 36, 52.222-37, 52.222-42 Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67): This Statement Is For Information Only: It Is Not A Wage Determination. This Is For Instruction Only. The Contractor Is Responsible For The Correct Title Classification Of Workers And Compliance With All Dol Applicable Wage And Hour Laws And Assume All Related Risks. The Va Is Not Responsible For Wage Determinations And Classifications. if You Ll Be Using The Occupational Titles From The Wage Determinations For The Classification Of Workers Their Wg/gs-equivalent Rates Can Be Found At This Link: https://www.dol.gov/whd/regs/compliance/wage/scadirv5/vers5contentstable.pdf the Wg/gs Equivalent Rates Step-2 Hourly Rates Can Be Found At This Link: https://www.dcpas.osd.mil/bwn/afwageschedules/ the Gs Equivalent Rates Step-1 Hourly Rates Can Be Found At This Link: https://www.opm.gov/policy-data-oversight/pay-leave/salaries-wages/2019/general-schedule/ wage Determination List: 2015-4727 Revision Number 25 52.225-3 Alternate I. The Preceding Federal Acquisition Regulations (far) Clauses And Provisions May Be Accessed On The Internet At Http://www.arnet.gov/far. The Preceding Veterans Administration (vaar) Clauses And Provisions May Be Accessed On The Internet At Http://www.va.gov/oa&mmlvarr/. To Receive Credit As A Service Disabled Veteran Owned Small Business, An Offeror Must Be Registered And Verified In Vendor Information Pages (vip) Database. (http://www.vetbiz.gov) Prior To Submitting A Quote. all Questions Must Be Submitted To Roman Savino, Contracting Specialist By E-mail Only By February 11, 2025, By 3pm Est. All Responses To Questions That May Affect Offers Will Be Incorporated Into A Written Amendment To The Solicitation. Quotes And Accompanying Information Are Due No Later Than By Email By 3 P.m. Est Friday February 21st, 2025. technical Questions And Quotes Must Be Sent By Email To Roman.savino@va.gov. performance Work Statement the Louis Stokes Cleveland Va Medical Center Is Seeking Sources That Can Provide A Basement, First And Second Floor Asbestos Survey Located At The Wade Park Facility (10701 East Blvd Cleveland, Oh 44106). background: Contractor Shall Conduct A United States Environmental Protection Agency (u.s. Epa) National Emission Standards For Hazardous Air Pollutants (neshap) Pre-renovation Asbestos Inspection For All Buildings And Additions (interior And Exterior) On The Specified Campus See Maps: (1. Basement), (2. First Floor), And (3. 2nd Floor) And Additional Steam Pipe/chilled Water Mapping. scope: For The Purpose Of This Project, The Phrase Asbestos-containing Materials (acm) Is Intended To Mean All Materials That Would Fall Under Either The Epa Asbestos Hazard Emergency Response Act (ahera) Regulations Or The U. S. Occupational Safety And Health Administration (osha) Asbestos Standards. Ahera (title 40, Cfr Part 763, Subpart E) Was Enacted In 1987 To Regulate Acms And It Established State Of The Art Inspection Protocols, Clearance And Sample Protocols, Training Requirements, Notifications, And Management Procedures.â Both Epa And Osha Refer To Ahera For Execution Of Inspection Protocols For All Asbestos Assessment Projects specific Tasks: The Objectives Of This Project Are To 1) Conduct A Room By Room Survey 2) To Collect Up To Date Asbestos Data Based On Abatement, Renovation, And New Construction Projects That Have Occurred Since The Previous Assessment, 3) To Collect Bulk Samples Of All Suspect Materials Using Ahera Sampling Protocols, 4) Combine New Data With The Existing Database, And 5) And To Provide A Final U.s. Epa Asbestos Hazard Emergency Response Act (ahera) Type Report That Includes A Searchable Microsoft Excel Or Access Database And Updated Autocad Drawings. performance Monitoring the Occupational Health And Safety Team (technical Representative) Will Work With The Vendor And Escort The Vendor Through The Entire Process. contractor Shall Provide An Asbestos Survey Upon Completion Of Work. security Requirements service & Maintenance Will Follow The Security Requirements As Per Va S Medical Device Protection Program (mdpp) Which Protects Va S Medical Devices Through A Comprehensive Security Initiative That Encompasses Pre-procurement Assessments, Medical Device Isolation Architecture (mdia), Communication, Validation, Scanning, Access Control List Remediation, Patching, And Secure Remote Connectivity. contractors, Contractor Personnel, Subcontractors, And Subcontractor Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Directives And Handbooks As Va And Va Personnel Regarding Information And Information System Security. the Contractor Service Personnel And/or Representative Must Report To The Appropriate Department Supervisor Or Designated Point Of Contact (poc) To Sign In With Department Staff Before Work Begins. Additionally, One Must Submit Any Mobile Media Devices That Would Be Used On The System For A Virus Scan. Upon Completion Of Work, The Contractor Service Personnel And/or Representative Must Report To The Appropriate Department Supervisor To Brief That Supervisor Or  related Department Staff Point Of Contact (poc) If Supervisor Is Unavailable Concerning Completion Of Service, And Then To Sign Out. At The End Of Each Briefing, Contractor Service Personnel And/or Representative Will And Must Sign Out. contract Personnel With Limited And Intermittent Access To Equipment Connected To Facility Networks On Which Limited Va Sensitive Information May Reside, Including Medical Equipment Contractors Who Install, Maintain, And Repair Networked Medical Equipment Such As Ct Scanners, Ekg Systems, Icu Monitoring, Etc. In This Case, Veterans Health Administration Facilities Must Have A Duly Executed Va Business Associate Agreement (baa) In Place With The Vendor In Accordance With Vha Handbook 1600.1, Business Associates, To Assure Compliance With The Health Insurance Portability And Accountability Act Of 1996 (hipaa) In Addition To The Contract. Contract Personnel, If On Site, Should Be Escorted By Va It Staff. vendor Will Not Have Access To Any Patient Sensitive Information. the Contractor Will Abide By All Stated And Implied Va Cleveland Medical Center Policies. the C&a Requirements Do Not Apply, And That A Security Accreditation Package Is Not Required. dedicated Personnel Will Be Assigned Solely To Observe, Interact, Assist, And Assure Protection Of Va Sensitive Information. other Pertinent Information Or Special Considerations identification Of Possible Follow-on Work. Possible Follow-on Work Includes Possible Contact With The Vendor For Troubleshooting And Service Agreement Inquiries. identification Of Potential Conflicts Of Interest (coi). There Are No Known Conflicts Of Interest At This Time. identification Of Non-disclosure Requirements. The Vendor Will Not Have Access To Any Va Patient Sensitive Information Or Proprietary Information. risk Control this Is For The Safety Of The Hospital Staff And Contractors Assigned To The Job. delivery Schedule requested Delivery Schedule Is After Contract Is Awarded A Time And Day Will Be Scheduled For The Vendor To Come In And Evaluate The Locations. wage Determination List: 2015-4727-revision 25 52.212-2 Evaluation Commercial Products And Commercial Services (nov 2021) the Procurement Is Being Conducted Pursuant To Far Part 13 (simplified Acquisition Procedures). The Government Intends To Award A Contract Resulting From This Solicitation To The Responsible Quoter Whose Quote, Conforming To The Solicitation, Offers The Lowest Price And Whose Quote Is Evaluated To Be Acceptable Under The Technical Acceptability Standard Described Below. quotes Will Be Evaluated And Ranked By Total Price, From Lowest To Highest. The Lowest-priced Quote Will Be Evaluated As Acceptable Or Unacceptable Based On The Technical Acceptability Standard Established In The Solicitation. in The Event The Government Determines The Lowest Price Quote To Be Technically Unacceptable, The Next Lowest-price Quote Will Be Evaluated. this Process Will Continue Until An Award Can Be Made. to Be Determined Technically Acceptable: the Quote Provided For Evaluation Is Based On The Contractor S Ability To Meet All Requirements Of The Solicitation And Will Be Considered Technically Acceptable If They Are Able To Meet All Requirements Of The Solicitation. evaluation Of Offers: the Evaluation Of Offers Received In Response To The Solicitation Will Use A Tiered Or Cascading Order Of Precedence. Tiered Evaluation Of Offers, Also Known As Cascading Evaluation Of Offers, Is A Procedure Used In Negotiated Acquisitions When Market Research Is Inconclusive For Justifying Limiting Competition To Small Business Concerns Or Sub-categories Of Small Business Concerns. The contracting Officer (1) Solicits Offers From Both Small And Other Than Small Business Concerns That will Be Evaluated In The Following Tier Order: (a) Service-disabled Veteran-owned Small Business (sdvosb). (b) Veteran-owned Small Business (vosb). (c) All Other Small Business Concerns. (d) Other Than Small Business. (2) If An Award Or A Sufficient Number Of Awards Cannot Be Made At The First Tier, evaluation Of Offers Will Proceed At The Next Lower Tier Until An Award Or A sufficient Number Of Awards Can Be Made.
Contact
Tender Id
36C25025Q0267Tender No
36C25025Q0267Tender Authority
VETERANS AFFAIRS, DEPARTMENT OF USA ViewPurchaser Address
-Website
beta.sam.gov