Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2005 FBO #1215
SOLICITATION NOTICE

H -- H--Environmental Consulting Services

Notice Date
3/23/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Capitol Network Acquisition Center, Contracting Officer, (688/90C), 50 Irving Street, NW, Washington, District Of Columbia 20422
 
ZIP Code
20422
 
Solicitation Number
688-57-05
 
Response Due
4/6/2005
 
Archive Date
5/6/2005
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The Department of Veterans Affairs Medical Center, 50 Irving Street, NW, Washington, DC 20422 intends to negotiate a HUB Zone-Sole source Indefinite Delivery-Indefinite Quantity contract with Enviro-Management, Inc., 3100 Pennsylvania Avenue, SE, Washington, DC 20020 for Certified Industrial Services. The contract may include testing, sampling, and monitoring of asbestos contaminated materials and asbestos contaminated elements, and lead substances as well as some indoor air quality analysis including sampling, testing, and monitoring for flammable and toxic substances, and other substantially similar activities. Other contract services required to support the medical center?s Green Environmental Management System (GEMS) program, which may include but not limited to: review of environmental policies, surveying medical center operations, preparing reports, and collecting and analyzing environmental samples as well as services to provide respiratory protection support for the TB Fit Testing program in accordance with OSHA and NIOSH regulations and standards and medical center policy. The contract will be in accordance with FAR, Subpart 12.12 including Standard Form 1449. Block 27a clauses 52.212-1, 52.212-4, 52.212-3 and 52.212-5 are incorporated by reference including 52.216-22 Indefinite Quantity, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.222-26 Equal Opportunity (EO11246), 52.222-3 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 USC 4212), 52.222-36 Affirmative Action for Handicapped Workers (29 USC 793), 52.222-41 Service Contract Act of 1965, as Amended, 52.225-03 Buy American Act-Supplies (41 USC 10), 52.228-5 Insurance-Work on a Government Installation as supplemented by 28.307-2 Liability. (a) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.). (b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. The contract period will be a base year (April 1, 2005 through March 31, 2006) and 4 options years. Estimated Annual Quantities are 1. Certified Industrial Hygienist Review 95 hours, 2. Industrial Hygiene Technician 400 hours, 3. Phase contrast microscopy utilizing NIOSH 7400 fiber counting method 350 samples, 4. Transmission Electron Microscopy asbestos identification 7403 method 8 hour turn around 22 samples. 5. Environmental samples 20 samples Minimum annual guarantee $1,500, Maximum annual requirement $100,000. Technical criteria in the order of relative importance: (1) Experience: Experience and qualifications of key personnel who will be assigned to VA. (2) Past Performance and Experience (Asbestos and Lead): The number of years in asbestos abatement work, a list of asbestos abatement monitoring projects including complexity and size of asbestos abatement projects. (3) Emergency Response: Demonstrate ability to mobilize in response to suspected contamination conditions. (4) On-site Analysis: Number and complexity of projects participated in requiring on-site/short turn-around analysis of samples. Ability to: successfully predict problems, assess situations, monitor activities, conduct final inspection, and perform clearance testing. (5) Small Business Administration Letter of Hub-Zone Small Business Concern Approval. The contractor is sole representative of this VA Medical Center cannot represent a firm performing asbestos abatement service under another contract with this medical center. Normal working hours are 8:00AM to 4:30PM, Monday through Friday, except Government Holidays (New Year?s Day, Martins Luther King Birthday, President?s Day, Memorial Day, 4th of July, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day). "CONTRACTOR PERSONNEL SECURITY REQUIREMENTS" All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to all subcontractor personnel requiring the same access. If the investigation is not completed prior to the start date of the contract, the contractor will be responsible for the actions of those individuals they provide to perform work for VA. 1. Position Sensitivity - The position sensitivity has been designated as moderate risk 2. Background Investigation - The level of background investigation commensurate with the required level of access is minimum background investigation. 3. Contractor Responsibilities a. The contractor shall bear the expense of obtaining all background investigations. If the investigation is conducted by the Office of Personnel Management (OPM), the contractor shall reimburse VA within 30 days. b. The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language. c. VA Office of Security and Law Enforcement will provide required forms to the contractor. These shall be submitted by the contractor or their employees within 30 days of receipt: Forms may include: (i) Standard Form 85P, Questionnaire for Public Trust Positions (ii) Standard Form 85P-S, Supplemental Questionnaire for Selected Positions (iii) FD 258, U.S. Department of Justice Fingerprint Applicant Chart (iv) VA Form 0710, Authority for Release of Information Form (v) Optional Form 306, Declaration for Federal Employment (vi) Optional Form 612, Optional Application for Federal Employment d. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. e. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. f. After contract award and prior to contract performance, the contractor shall submit a letter to the Contracting Officer providing the following information: (1) List of names of contractor personnel. (2) Social Security Number of contractor personnel. (3) Home address of contractor personnel or the contractor?s address. (4) Billing information for the program office, (5) Name and telephone number of the contracting officer. 4. Government Responsibilities a. The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor or to the contractor's employees after receiving a list of names and addresses. b. Upon receipt, the VA Office of Security and Law Enforcement will review the completed forms for accuracy and forward the forms to OPM to conduct the background investigation. c. The VA facility will pay for investigations conducted by the Office of Personnel Management (OPM) in advance. In these instances, the contractor will reimburse the VA facility within 30 days. d. The VA Office of Security and Law Enforcement will notify the contracting officer and contractor after adjudicating the results of the background investigations received from OPM. e. The contracting officer will ensure that the contractor provides evidence that investigations have been completed or are in the process of being requested. This is 100% Set Aside for HUB Zone Small Business. The NAICC Code is 541620. The small business size standard is $6,000,000.00. This is not a request for offers.
 
Web Link
RFP 688-57-05
(http://www.bos.oamm.va.gov/solicitation?number=688-57-05)
 
Place of Performance
Address: 50 Irving Street NW, Washington, DC
Zip Code: 20422
Country: United States
 
Record
SN00773981-W 20050325/050323211900 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.