VETERANS AFFAIRS, DEPARTMENT OF USA Tender
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Costs
Summary
F999--nrm - Const 528-811 | Air Monitor For Consolidate Primary Care Phase 1
Description
Combined Synopsis-solicitation For Commercial Products And Commercial Services services 36c24225q0380 description this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Being Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (effective Date: 1/17/2025). this Solicitation Is Set-aside For Service-disabled Veteran Owned Small Businesses (sdvosb). All Interested Vendors Will Be Verified With Veterans Small Business Certification (vetcert) Veteran Small Business Certification. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541620 Environmental Consulting Services, With A Small Business Size Standard Of $19 Million. the Fsc/psc Is F999 Other Environmental Services. the Stratton Va Medical Center At 113 Holland Avenue, Albany, Ny 12208 Is Seeking To Acquire Asbestos Abatement Air Monitoring Services. services Price/cost Schedule all Interested Contractors Must Provide A Cost Schedule. The Contractor Is Responsible Of Making Sure That Their Cost Schedule Meets Every Need As Stated In The Sow In Their Quote And That Their Quote Sums Up Correctly. Failure To Follow This Instruction Will Lead To A Dismissed Quote And Will Not Be Further Considered. below Is A Sample Template Of A Cost Schedule. It Is Highly Encouraged That The Contractor Uses The Attached Template. If The Contractor Decides To Use A Different Template, The Contractor Must Make Sure Their Quote Follows What We Are Asking For In The Cost Schedule As Failure May Result In Their Quote Being Rejected. The Contractor Is To Ensure That Their Line Items Add Up Correctly, Failure To Do So Will Result In Their Quote Being Rejected. this Is Firm-fixed-price Contract Meaning A Firm-fixed-price Contract Provides For A Price That Is Not Subject To Any Adjustment On The Basis Of The Contractor S Cost Experience In Performing The Contract. This Contract Type Places Upon The Contractor Maximum Risk And Full Responsibility For All Costs And Resulting Profit Or Loss. Therefore, It Is The Responsibility Of The Contractor To Ensure All Price/cost Is Upfront When Drafting Your Quote. all Interested Companies Shall Provide Quotations For The Following: line Item description quantity unit Of Measure unit Price total Price 0001 air Monitoring Plan And Submittal Review 16 hr 0002 certified Technician 90 days 0003 air Samples 90 ea 0004 pcm Analysis 128 ea 0005 tem Analysis 10 ea 0006 final Clearance And Inspection Reports 16 ea statement Of Work asbestos Abatement Air Monitoring For Project # 528-811 Consolidate Primary Care Phase 1 general Objectives: the Stratton Va Medical Center Has A Need For Air Monitoring Services During Asbestos Abatement Tasks. The Contractor Shall Be Qualified And Capable Of Providing All Equipment, Labor, And Materials Necessary For Air Monitoring Services Associated With The Asbestos Abatement Tasks During The Consolidate Primary Care Phase 1 Construction Project At The Stratton Va Medical Center In Albany, Ny, 12208. The Construction Work With Asbestos Abatement Is The Renovation Of The C-d Core Area Of The First Floor Of Building 1. The Work Will Require Construction Of Two Additions At The First-floor Level. An 1,807 Sf Addition On The West Side Of The Old File Room (room #108) On The Roof Of The Basement Level, And A Second Mirror Image Addition (1,807 Sf) On The East Side Of Room #108. The Remainder Of The 1st Floor Core Area (approximately 6,140 Sf) Shall Be Renovated. These Three Areas Combine To Form A Continuous Patient Aligned Care Team Primary Care Unit. scope: the Va Requires The Services Of A Certified Industrial Hygienist (cih) To Aid The Stratton Va Medical Center During The General Contractor S Asbestos Abatement. The Cih S Services Shall Include, Hazardous Materials Abatement Project Review, Quality Assurance, Air Monitoring Services, Provide Testing Facilities, Including Materials, Equipment, Transportation And Other Support Services. These Services Will Ensure That Va Patients, Employees, And Visitors Will Not Be Adversely Affected By The Abatement Work, And That The Abatement Work Proceeds In Accordance With The Project Specifications, And That The Abated Areas Have Been Successfully Decontaminated. the Areas Of Work Consist Of Asbestos Containing Floor Tile (acm) On The First Floor Of The C Wing And C-d Core Areas As Well As Some Limited Areas Of Piping In The Mechanical Room. see Attachment Sow Attachment 528-811 Primary Care Phase 1 Asbestos Contract Drawings And Sow Attachment Mabett Asbestos Report To Identify Scope Of Asbestos Abatement. tasks And Deliverables: the Air Monitoring Consultant Shall Perform The Following Tasks: develop Air Monitoring Plans For Approval. pre-abatement Containment Inspections. daily Background Air Sampling. on Site Pcm Analysis Of Air Samples. monitor Daily Logs And Site Documentation. attend (in-person Or Virtual) Weekly Status Meeting During Times Of Active Asbestos Abatement. Continuous Attendance Will Not Be Necessary. monitoring Contractor Regulatory Compliance. final Clearance Visual Inspection. post-abatement Re-occupancy Clearance Sampling. clearance Inspections And Reports. personnel Qualifications: the Contractor Shall Maintain The Personnel, Organization, And Administrative Control Necessary To Ensure That The Work Delivered Meets The Contract Specifications And Requirements. personnel Assigned To, Or Utilized By, The Contractor Shall Be Fully Capable Of Performing The Requirements Contained In The Sow In An Efficient, Reliable, And Professional Manner. The Qualifying Personnel Must Be An Industrial Hygienist (ih) Who Meets The Definition Requirements Of Aiha; Meets The Definition Requirements Of Osha As A "competent Person" At 29 Cfr 1926.1101 (b); Has Completed Two Specialized Epa Approved Courses On Management And Supervision Of Asbestos Abatement Projects; Has Formal Training In Respiratory Protection And Waste Disposal; And Has A Minimum Of Four Projects Of Similar Complexity As This Project Of Which At Least Three Projects Serving As The Supervisory Ih. performance Location And Hours: work Shall Be Performed During Normal Working Hours 8:00 - 4:30, Monday Through Friday. However, Work During The Weekends, Evenings, And/or Nights Will Need To Be Determined On A Case-by-case Basis. the Asbestos Abatement Tasks Will Take Place At The Stratton Va Medical Center, Albany, Ny 12208. period Of Performance: the Period Of Performance Will Cover Several Stages Of Construction Based On An Approved Schedule. However, The Air Monitor Can Expect To Start Providing Services By April 2025 And Finish By February 2026. Please Note It Is Expected That Air Monitoring Services Will Be Needed During Weekends, Evenings, And/or Night Throughout The Project. authorized Personnel: no Other Person, Including The Cor, Or Any Other Va Personnel Are Authorized To Request Additional Work Be Performed By The Contractor. Any Additional Services Performed That Are Not Authorized By The Contracting Officer Will Be Considered To Preformed At The Contractors Own Cost And Risk. However, The Government Has The Right To Have The Unauthorize Work Removed And The Affected Area Returned To The Original Condition Or Better. Whichever Is Determined To Be Feasible And Approved By The Government. other Related Services (not Included In The Scope Of Work): any Services Not Expressly Stated In This Statement Of Work Are Not Authorized. Services Out Of The Scope Of Work Not Mentioned In The Sow Is Not Allowed And Shall Not Be Performed By The Contractor. If The Contractor Proceeds With Providing Services Not Within Scope Of The Contract, The Contractor Will Be Responsible For Providing The Service At No Cost As The Contractor Would Have Failed To Notify The Co And Did Not Get An Authorized Approval For Services Not Mentioned In The Sow. The Contractor Is Also Aware That Any Additional Services Performed That Are Not Authorized By The Contracting Officer Will Be Considered An Unauthorized Commitment. Contractor Agrees And Is Aware That The Only Way That Services Not Mentioned In The Sow Can Be Added To The Contract Is Through A Written Modification From The Contracting Officer Before Any Services Are Rendered. Services Performed By The Contractor And/or Their Subcontractors That Are Not Authorized By The Contracting Officer Will Be Considered Included At The Contractors Own Cost And Risk. the Service Contract Act Of 1965 Does Apply To This Procurement. Please Reference The Attached Wage Determinations. the Full Text Of Far And Vaar Provisions Or Clauses May Be Accessed Electronically At Http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) the Following Solicitation Provisions Apply To This Acquisition: 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) 52.252-1 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) 852.239-75 Information And Communication Technology Accessibility Notice (feb 2023) the Provision At Far 52.212-2 Evaluation Commercial Products And Commercial Services (nov 2021), Applies To This Acquisition. basis For Award: 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: technical Capability past Performance price 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. 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. provide The Documentation Of Certifications And Other Qualification Requirements As Outlined In The Statement Of Work To Include: 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. an Accredited Laboratory In Accordance With Specification 02 82 11 To Be Used For Analysis Of Air And/or Bulk Samples. resume And Qualifications For Any Certified Industrial Hygienist Involved With Air Monitoring Or Material Sampling Under This Contract. provide A Statement That The Contractor Can Meet The Response Times For Air Monitoring Services Outside Of Regular Business Hours. please Complete The Vaar 852.219-75 Va Notice Of Limitations On Subcontracting S Certificate Of Compliance For Services And Construction And Submit As Part Of Your Response Package. 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 2 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. 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 Quote That Best Benefits The Government. 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. 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. 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: 52.252-2 Clauses Incorporated By Reference (feb 1998) 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) 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) 852.223-71 Safety And Health (sep 2019) [solicitations & Contracts That Involve Hazardous Materials Or Hazardous Operation For 1) Research, Development Or Test Projects; 2) Transportation Of Hazardous Materials, & 3) Construction 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) the Clause At Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (jan 2025). 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) 52.204-23 Prohibition Onâ contractingâ for Hardware, Software, And Services Developed Or Provided Byâ kaspersky Lab Covered Entities. (dec 2023) 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 Drivingâ (mayâ 2024)â 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) this Is As A Sdvosb Set-aside Combined Synopsis/solicitation For Asbestos Air Monitoring And Material Sampling Services At The Stratton Va Medical Center. The Government Intends To Award An Purchase Order 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 Est, Thursday, March 6, 2025. The Government Shall Only Accept Electronic Submissions Via Email, Please Send All Quotations To Tony.clemente@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 Monday, March 3, 2025. any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To Contracting Officer, Tony Clemente At Tony.clemente@va.gov.
Contact
Tender Id
36C24225Q0380Tender No
36C24225Q0380Tender Authority
VETERANS AFFAIRS, DEPARTMENT OF USA ViewPurchaser Address
-Website
beta.sam.gov