Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOLICITATION NOTICE

B -- Asbestos, Infection Control and Hazardous Materials Testing and Monitoring

Notice Date
7/16/2010
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Veterans Affairs;GLAC (69D);5000 W. National Ave;Milwaukee WI 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
VA69D10RQ0287
 
Archive Date
8/15/2010
 
Point of Contact
Rich Hedman
 
E-Mail Address
Contract Specialist
(james.hedman@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Asbestos, Infection Control and Hazardous Materials Testing and Monitoring Scope of Work Environmental Service Contract is an indefinite delivery/indefinite quantity type concept that encompass a variety of environmental samplings, inspections, cost estimates, and Professional Industrial Hygienist services. The contractor shall provide these services on an as needed basis, also provide proposals for any asbestos abatement and or lead abatement monitoring as needed for the Clement J. Zablocki VA Medical Center, Milwaukee, Wisconsin. a. During the contract period, the contracting officer or his/her designee will identify projects for Task Order's, which will be issued to the contractor. These Task Orders shall be based on individual projects, identified at one of the locations listed above. The Contracting Officer will accomplish appointment of a Contracting officer's Technical Representative (COTR), which will be delegated in writing, detailing his/or her responsibilities and authority. b. The contractor will furnish all materials, equipment and personnel necessary to accomplish these task orders, which will vary in size and dollar amounts and shall be performed in accordance to Federal, State and Local regulations, OSHA & EPA requirements, and VA Guidelines. c. The contractor is required to submit a proposal on all task orders, which the Contracting officer or his/her designee has issued a written request. However, the contractor may refuse a task order that the Government has estimated between $100.00 and $500.00. If the contractor refuses/rejects a task order, the Governments estimated value for that task order would be counted towards meeting the guaranteed minimum threshold and/or total obligated dollar amount of the contract award. The contractor may not reject a task order that has been estimated between $500.00 and $25,000. In the event the contractor and the Government fail to agree upon a task order price, the Government may issue a unilateral task order. The contractor may make a written claim under the Dispute Clause of the contract for further consideration. The Government has reserved the right to withdraw a proposed task order, before and after the receipt of the contractor's proposal for a project. d. The contractor is required to be located, either by virtue of his main office or a satellite operating base, within an area permitting a maximum of a two (2) hour response time to the Medical Center location listed above and must be open for business from 7:30am to 4:30 pm, Monday through Friday excluding Federal Holidays. Competition is restricted to Small Businesses firms. The solicitation will be issued on/about August 01, 2010 with Bids due 30 days after (dates subject to change, to be specified in the solicitation). The bidder is responsible to monitor and download any amendments from Fedbizops (www.fbo.gov) which may be issued to this solicitation. There will be one pre-construction conference held for this project and all prospective bidders are encouraged to attend. Details of the pre-construction conference will be included in the solicitation package. The project magnitude range is between $250,000 and $500,000. The North American Industry Classification Code (NAICS) for this procurement is 541620; size standard $7 million applies. The resulting contract will be for one (1) year with four (4) option years. All interested parties must be registered in the Central Contractor Registration (CCR) Database and VetBiz Vendor Information Pages at www.vip.vetbiz.gov as a Service Disabled Veteran Owned Small Business (SDVOSB) firm, and must have current record in the Online Representations and Certifications Application (ORCA) prior to bid opening. If you are not registered with CCR, you may request an application via phone at 1-888-227-2423 or register online at http://www.ccr.gov. To complete Representations and Certifications with ORCA, you may go online at https://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D10RQ0287/listing.html)
 
Place of Performance
Address: Clement J. Zablocki VA Medical Center;5000 W. National Ave;Milwaukee WI
Zip Code: 53295
 
Record
SN02208314-W 20100718/100716234825-4f9e2e258c927a62147289f1d13ea2f3 (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.