Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2006 FBO #1546
SOLICITATION NOTICE

99--99 -- Cleaning of Mold Infected Patient Documents

Notice Date
2/17/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Acquisition and Materiel Management Service, (90CB), 10000 Brecksville Road, Brecksville, Ohio 44141
 
ZIP Code
44141
 
Solicitation Number
541-068-06
 
Response Due
3/2/2006
 
Archive Date
4/1/2006
 
Small Business Set-Aside
N/A
 
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. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation 541-068-06 is issued as a Request For Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2001-25. This procurement is unrestricted. The North American Industry Classification System (NAICS) Code 562910 and a Business Size Standard of $21.0 million per annum. The Veterans Affairs, VA medical center, Cleveland, intends to solicit and award a contract to provide services that will clean mold infected documents. The mold clean-up services will be conducted at the Louis Stokes VA Medical Center, Cleveland, located at the Wade Park Campus at 10701 East Blvd. Cleveland, Oh 44106. The contract is effective for a one-year period from date of award. Award will be made using Best Value considerations with technical capability and price being considered greater than past performance. Statement of Work: The mold infected documents, must be inventoried, boxed and sent to a secure cleaning facility in North East Ohio. The document boxes must be sealed and High Efficiency Particulate Air (HEPA) vacuumed before being removed from the LSVAMC facility. The remediation must be performed in a controlled environment (a sealed environment with an air scrubber and HEPA filters to capture loose mold spores). A certified mold remediation technician must clean the documents. The documents must be HEPA vacuumed, and repackaged. The entire room structure for Room H27 must be remediated. Then the documents must be brought back to the LSVAMC hospital and placed back on the shelves. This will prevent any transfer of mold after the cleaning is complete. Approximately 10 percent of the documents must be cleaned. Individual documents must be cleaned when visual mold is present on the individual documents. In regards to the 90 percent of the documents, that does not appear to be affected, the document folders must be HEPA vacuumed on the outside. The inside documents must be inspected. If there is any visible mold inside the folders, the individual documents within those folders must be HEPA vacuumed. The structure will be HEPA vacuumed and cleaned per the Project Specifications for Mold Remediation. The unaffected documents will not be HEPA vacuumed. 52.212 2 EVALUATION COMMERCIAL ITEMS (JAN 1999), Commercial Items, are applicable to this acquisition. Specific evaluation criteria for this provision are as follows: Importance of Evaluation Factors in Descending Order: 1. Technical 2. Price 3. Past Performance Technical: 1. Provide full clean up services for the infected documents. Services will consist of the infected documents being inventoried, boxed and delivered to a secure cleaning facility in North East Ohio. 2. Conduct HEPA vacuuming and repackaging of infected documents. 3. Conduct remediation for the entire structure of Room H27. The remediation must be performed in a controlled environment (a sealed environment with an air scrubber and HEPA filters to capture loose mold spores). 4. Ability to provide clean up to the approximately 10 percent of the documents in which mold is visibly present 5. Ability to HEPA vacuum the outside of the approximately 90 percent of documents that do not appear to be infected. 6. Ability to return cleaned documents to the LSVAMC and place them back on the shelves. 7. Ability to provide a certified mold remediation technician to clean the documents. Past Performance: 1. Provide references for three facilities that your company has performed work. Consideration will be given to those whose past performance is with the Veterans Health Administration. Price: 1. Price offer, to include Hourly, Overtime, and any additional costs that may be incurred. Total cumulative price will be a factor in the decision-making, not just per hourly rate. NOTE: The Government reserves the right to award without discussions; therefore submit you?re most favorable terms with your quote. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 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. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: payments under this contract shall be made to the address indicated in your quote. Small businesses, especially veteran-owned and service-disabled veteran owned small businesses, are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The website address for the location of the nearest PTAC is http://www.sellingtothegovernment.net. Full text of the following clauses and/or provisions can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. The provisions at FAR 52.212. -1, Instructions to Offerors-Commercial Items, applied to this acquisition with the following addendum to the provisions, delete paragraph e and h of the standard provisions. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at 52.212.4 Contract Terms and Conditions?Commercial Items, applies to this acquisition, to include the following addendum to the clause; 52.217-8 (which provides that the Contracting Officer may exercise the option by written notice to the contractor within 30 days); 52.232-18, 52.232-19 (which provides that funds are not authorized past September 30, of any fiscal years, unless written authorization is received from the Contracting Officer) 52.233-3, VAAR clause 853.233-70, 852.233-71, 852.237-70, 852.270-1, 852.270-4. The clause at 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: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alternate I, 52.225-13, 52.232-34, 52-222-41, 52.222-42. 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&mm/varr/. Offerors shall submit their quotation along with the completed copy of FAR 52.212.3 Offerors Representations and Certifications?Commercial Items. The Service Contract Act applies to this acquisition and the Wage Determination in effect for this acquisition is Wage Determination No. 1994-2416/revision No 28 dated 5/23/2005. Offeror shall submit all technical questions regarding this solicitation to the Contracting Officer in writing, no later than Feb. 24, 2006 at 3:00 pm EST. Questions may be sent via facsimile at 440-838-6052 or by e-mail to Eric.Rhodes@med.va.gov. Verbal questions will not be addressed. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Proposals are due no later than COB, 12:00 pm., local time, Mar. 2, 2006. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at https://www.ccr.gov.
 
Place of Performance
Address: 10701 East Blvd.
Zip Code: 44106
Country: United States
 
Record
SN00990499-W 20060219/060217212013 (fbodaily.com)
 
Source
FedBizOpps 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.