Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
MODIFICATION

R -- 2011 Environmental Audits - Amendment 1

Notice Date
7/6/2011
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division (9PMFC), 450 Golden Gate Avenue, San Francisco, California, 94102, United States
 
ZIP Code
94102
 
Solicitation Number
GS-09P-11-NQ-M-0007
 
Point of Contact
Deborah J. Bernsdorf, Phone: 4155223398
 
E-Mail Address
debbie.bernsdorf@gsa.gov
(debbie.bernsdorf@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Naco Blds Other Blds Nogales Blds Lukeville Blds Calexico Blds •1 Introduction The General Services Administration (GSA) is requesting quotes for the service of conducting Environmental Audits determining compliance with environmental rules and regulations for the GSA owned facilities noted in Appendix A of this SOW. In requesting offers of service under this SOW, GSA is concerned with areas of non-compliance that is attributable to and the responsibility of GSA. The Primary Standard of Reference for the Work is: ASTM Standard Practice for Environmental Regulatory Compliance Audits (E-2107-00) •2 D efinitions 2.1 Environment Environment at GSA is defined as- "Interior and exterior surroundings in which GSA operates, including air, water, land, natural resources, humans, flora fauna, and their interrelationships, relative to individuals and communities." Environment for example includes indoor air quality in space provided to other federal organizations but does not include PBS staff health and safety issues. •2.2 Environmental Audit, Compliance Audit and Assessment EPA defines Environmental Auditing as "a systematic, documented, periodic, and objective review of facility operations and practices related to meeting environmental requirements. EPA identifies several objectives for environmental audits: A) Verifying compliance with environmental requirements; B) Evaluating the effectiveness of in-place environmental management systems; and C) Assessing risks from regulated and unregulated materials and practices. ASTM E2107 defines an Environmental Regulatory Compliance Audit as - a systematic, documented, and objective review of an audited entity to evaluate its compliance status relative to audit criteria. •3 Locations: See Appendix A. •4 Contractor Qualifications The contractor performing this work shall have an understanding of the current legal, regulatory, and technical issues surrounding this work effort. The contractor shall be familiar with relevant federal, state, local environmental laws and regulations. The contractor shall have an understanding of and demonstrated experience with: ASTM Standard Practice for Environmental Regulatory Compliance Audits (E-2107-00). Physical sampling and analysis is not envisioned to conduct the audits; however, an understanding of both the limitations of such assessments and means to maximize their effectiveness is required for effective completion of work in accordance with these standards. Personnel performing this work will also have experience with the following: 1) conducting environmental compliance audits of Federal facilities; and 2) demonstrating an understanding of lease and occupancy agreements and experience with identifying environmental liabilities between landlords and tenant based on information provided in leasing and occupancy agreements Due to the sensitive nature of the work performed by some of GSA tenants, a security background check may be required. The following references are provided for informational purposes. Contractors are responsible for determining their applicability and use. · ISO 14010 - 1996 Guidelines for Environmental Auditing - General Principles · ISO 14012 - 1996 Guidelines for Environmental Auditing - Qualification Criteria for Environmental Auditors · ISO 14050 - 1998 Environmental management - Vocabulary · ISO/FDIS 14015 Environmental Management- Environmental assessment of sites and organizations (EASO). This international standard is expected to become final and issued in late 2001 or early 2002. EPA's Audit Program Design Guidelines Generic Protocol for Conducting Environmental Audits of Federal Facilities · Guide to Environmental Enforcement and Compliance at Federal Facilities (commonly referred to as The Yellow Book ). The guide provides information about the enforcement and compliance processes used by EPA at Federal facilities. •5 W ork to be Performed For each of the sites noted in Appendix A of this SOW the contractor will conduct an Environmental Regulatory Compliance Audit, using the Protocol in Appendix B, and provide a report outlining findings and recommendations. The contractor is responsible for determining the applicability of the standards and practices noted in Section 5 of this SOW. When considering potential environmental liability aspects associated with the existing site conditions contractor considerations shall include: · Current use and operations at the time of the audit · Possible future use and operations with the same general nature of tenant operations When considering Environmental Compliance aspects, the contractor shall consider all applicable local, state, and federal laws, regulations, executive orders, permits, conditions associated with permits, and their requirements, permit rules, and other agreements and commitments that have been made with government agencies and apply procedures and protocols as required for each GSA site. The extent of the audit will vary. For the GSA owned sites: · Verify compliance with environmental requirements; · Evaluate the effectiveness of in-place environmental management systems; and · A ssess risks from regulated and unregulated materials and practices. In the event of conflicting criteria, standards and assessment processed in the referenced material, the order of supremacy shall be in the following order: · The contract language agreed to for the execution of the work. · The content of this SOW · Laws and regulations of the United States · ASTM E 2107 - 00, ASTM E 1527 - 00 · ISO/FDIS 14015, ISO 14010, ISO 14012. Prior to commencing the work, the contractor will identify the criteria, standards and processes, which will be used in the performance of the work for each site. •6 Deliverables For each site the contractor will identify the environmental regulatory requirements found to be applicable for that site. This may take the form of a listing of statutes and regulations. For each defined regulatory requirement, a notation regarding the compliance status is required. Where a violation was observed in the opinion of the contractor, or the potential for a violation was noted, the nature of the violation will be identified. The contractor shall utilize the GSA Internal Audit Protocol as listed in Appendix B. For each site in the SOW, the contractor will generate an itemized list of identified areas of environmental non-compliance. For each item of non-compliance the contractor will: · Identify the existing justification for and evidence upon which the finding is based. · Document the non-compliance with digital photography; pictures will be included as attachments in final report. · Provide contact information (eg. Individual name and telephone number(s)) for local, county, city and/or state regulators for permits should they be required. This task will include preparation of a draft and final report for each site. A copy of the draft report shall be provided in both hard and electronic format (email, CD-R, CD-RW). Three electronic copies (CD-R or CD-RW) of the final report in Microsoft Word will be provided. A certified professional must review and certify/sign the final report(s). Work Products/Submittals: A project schedule will be submitted to the GSA within one (1) week after award and notice to proceed. Each of the reports will be stand-alone documents/Reports. The draft reports will be delivered to: Deborah Bernsdorf Contracting Officer 450 Golden Gate Avenue, 4th Floor East San Francisco, CA 94102 (415) 522-3398 Deborah.Bernsdor@gsa.gov Copies of the final report will be delivered three (3) weeks after receipt of comments on the draft reports from the GSA and sent to the GSA Contracting Officer. Deborah Bernsdorf Contracting Officer 450 Golden Gate Avenue, 4th Floor East San Francisco, CA 94102 (415) 522-3398 Deborah.Bernsdor@gsa.gov The contractor will clearly identify the limitations associated with both execution of the work and the findings of the work. CONTRACTOR RESPONSIBILITIES FOR GOVERNMENT PROPERTY A. Responsibility for Government Property : The Contractor assumes full responsibility for, and shall indemnify the Government from, all loss or damage to any and all Government property, including any equipment, supplies, accessories, or parts furnished to the Contractor while in the performance of this contract. This includes repairs or services performed under the terms of this contract, resulting in whole, or in part, from the negligent acts or omissions of the Contractor or the Contractor's subcontractors. B. Hold Harmless and Indemnification Agreement : The Contractor shall save and hold harmless and indemnify the Government against any and all liability, claim, and cost of whatsoever kind and nature for injury to or death of any person or persons and for loss or damage to any property occurring in connection with or in any way incident to or arising out of the occupancy, use, service, operations, or performance of work under the terms of this contract, resulting in whole or in part from the negligent acts or omissions of the Contractor, any subcontractor, or any employee or agent, or representative of the Contractor or subcontractor. C. Damage to Government Property from Causes Other than Contractor's Negligence : Nothing in paragraphs 8.A. and 8.B. above, shall be considered to preclude the Government from receiving the benefit of any insurance the Contractor may carry which provides for indemnification for loss or destruction of, or damage to property in the custody and care of the Contractor where such loss, destruction of, or damage is to Government property. The Contractor shall do nothing to prejudice the Government's right to recover against third parties for loss of, destruction of, or damage to Government property, and upon request of the CO shall, at the Government's expense, furnish to the Government all reasonable assistance and cooperation (including assistance in the prosecution of suit and execution of instruments of assignment in favor of the Government) in obtaining recovery. •7 GSA RespoNsibilities The GSA Contracting Officer will be the contact point for the contractor. GSA designated individual(s) for each site for this SOW will provide contact names and contact information for the Contractor's representative to use in gaining access to sites and will facilitate contact between tenant agencies and the Contractor. 8 GSA TENANT RESPONSIBILITIES GSA Tenant Agencies and Agencies in delegated space are required to meet the requirements of their agreements with GSA. They are required to provide Contractor access in accordance with those agreements. 9 Project Management Project Management for this task shall include general supervision of the work, establishment of all necessary subcontracts and providing oversight of subcontractors, developing and maintaining project files, establishing project budgets and monitoring costs, detailed scheduling, monthly invoices and backup data preparation, and progress reporting. Progress status/tracking reports in a written form (e.g., e-mail, memo, etc.) will be submitted at approximately two-week intervals. This is intended to be relatively informal and is expected that at a minimum the contractor will compare and contrast his work to the agreed to project schedule and provide reasons for significant deviations. If the contractor encounters delays that may change the deliverable date, he will immediately contact the GSA Contracting Officer. 10 Meetings The contractor should assume that a (1) 2-hour meeting may be needed to discuss issues identified during the performance of the work, and one (1) 3-hour meetings after completion of the submittal of the draft reports to review the GSA comments on the reports and the draft findings, will be required. •11 PERIOD OF PERFORMANCE The Task period of performance is 120 days from the date of Notice to Proceed. Email correction for Deborah Bernsdorf, Contracting Officer is debbie.bernsdorf@gsa.gov Instructions for Proposal Submission Solicitation No. GS-09P-11-NQM-0007 Content of Proposal Submissions 1. General. The instructions below provide guidance for the preparation and submission of proposals. Their purpose is to establish requirements for the format and content of proposals so that proposals are complete, contain all essential information, and can be evaluated equally. 2. Submission and Content of Proposals. For the purpose of this solicitation, three (3) identical sets of the technical and price proposals shall be submitted by each Offeror prior to closing time for receipt of proposals. The solicitation number shall be prominently written on the outside of the envelope containing the proposal. The submission envelope shall show the solicitation number, hour, and date for receipt of proposals in the lower left-hand corner of the envelope. The proposal package must be received by no later than 4:30 pm, PST, on Monday, July 18, 2011,. General Services Administration Safety & Environmental Branch, 9P3MPS 450 Golden Gate Avenue, 4th Floor East San Francisco, CA 94102 A ttn: Deborah Bernsdorf Proposals received after the hour and date specified above will be considered late submissions and will be handled in accordance with FAR 52.215-1, Instructions to Offeror's - Competitive Acquisition (JAN 2004). Because the building is not open to the public, hand-carried proposal packages delivered by the offeror is not recommended. But if they are hand-carried, it must be received in accordance with the requirements stated in the paragraphs above. The term "hand-carried" includes special delivery and express mail carriers. Late hand-carried proposal packages will be handled with the FAR clause cited above. 3. Technical/Price Proposal Guidelines For the purpose of this solicitation, GSA will accept only one (1) technical/price proposal from each Offeror. Firms or individuals having qualifications to perform the required services in this solicitation/contract should submit three (3) sets of their technical/price proposal, each with original signatures. Awards may be made without discussions. Therefore, Offeror's are requested to initially submit proposals to the Government on the most favorable terms from a technical and price standpoint. In order to receive maximum consideration in the technical/price evaluation process, each Offeror's proposal must, at a minimum, address all of the areas outlined in paragraph 4 below and include Offeror's DUN's and Tax ID Numbers. Expensive, elaborate submittals are neither required nor encouraged. Only brochures and literature pertinent to the nature of work under this solicitation should be submitted if they are logically incorporated into the body of this technical/price proposal. Brochures and company literature used in advertising or promoting the company, or corporation investment profiles and prospectuses are discouraged. 4. Information to be Included in Technical Proposals A. Experience T he Government will consider the Offeror's experience. Please provide a minimum of three (3) projects completed in the past three (3) years that are similar in size and scope to the requirements of the scope of work. Offeror's may submit more than three projects. Please provide a sufficiently detailed description for each project so that the Government can evaluate whether it is similar in size and scope to the requirements of this solicitation for evaluation purposes. Failure to provide such information may render the proposal deficient in this area. B. Methodology Please provide, in detail, how the Offeror plans on completing the scope of work. Include a discussion of how the Offeror will accomplish its review of the previous audit report for the facilities for confirmation of corrective actions and identification of existing deficiencies. Provide an explanation of how the Offeror's report will address all relevant laws and standards applicable to the survey findings. A sample report or portion of a report shall be provided. C. Management Plan and Key Personnel Please provide an organization chart detailing overall structure of the Offeror's company. Identify in the organization chart division(s) in which the individuals that will be providing the scope of work are located in relationship to the overall organization of the Offeror's company. Please provide resumes for the key personnel who will be performing the scope of work. 5. Price Proposals Please provide one (1) original of the price bid/offer sheet. Please be sure to provide an inked signature on the original bid/offer sheet, and place all price bid/offer sheets in a separate envelope from the technical proposal. Contractor must be registered in the Central Contractor Registration (CCR) to be awarded the Contract, a copy of the CCR registration will be submitted with the price proposal. Contractor is to provide GSA with their DUNS Number and Tax Payers ID Number with the price proposal. E valuation Factors for Award 1. Basis for Award Award will be made to the Offeror whose proposal conforms to all the requirements of the solicitation and is considered to be most advantageous to the Government, price and technical factors considered. For purposes of evaluation, the technical factors combined are equally important as price. As technical proposals become more equal in their technical merit, price becomes more important. The Government reserves the right to award a contract without discussions based upon initial proposals. Offeror's are therefore urged to provide their most competitive prices in their initial Price Proposals. 2. Technical Evaluation Offeror's will be evaluated based on its: 1) Experience, 2) Methodology and 3) Management Plan and Key Personnel. The technical evaluation factors of Experience and Methodology are of equal weight with regards to each other, and more important than the factor of Management Plan and Key Personnel. The three combined technical evaluation factors together are as equally important as price. 3. Standard for Technical Evaluation The evaluation factor consists of three components: Experience, Methodology and Management Plan and Key Personnel. A. Experience Description. This factor considers the Offeror's Experience in carrying out similar environmental audits. Standard: The standard is met when the offeror demonstrates that it has performed similar environmental audits on three projects in the last three years. Additional consideration may be given to those offers that demonstrate: 1) experience with California regulations, 2) experience in auditing laboratories, or 3) experience with federal facilities. B. Methodology Description. This factor considers the Offeror's proposed methodology to accomplish environmental audits. Standard. The standard is met when the Offeror provides a clear and concise description of how it will perform the scope of work that demonstrates the Offeror's understanding of the scope of work and the applicable relevant laws and standards. Additional consideration may be given to Offeror's that demonstrate unique or innovative approaches to the scope of work and/or the applicable relevant laws and standards. C. Management Plan and Key Personnel Description. This factor considers the Offeror's overall company structure and the expertise that its organization and individuals bring to performing the scope of work. Standard. The standard is met when the Offeror demonstrates that it is assigning the appropriate organization and individuals with the appropriate experience to performing the scope of work. Additional consideration may be given to Offeror's that perform 100% of the scope of work, or that provide key personnel that demonstrate experience with California environmental regulations. 4. Price Evaluation The total evaluated price shall be the lump sum price for all solicitation requirements. The award amount will be the total price bid. In addition, costs will be evaluated to determine price reasonableness, realism and balance. Additionally on the price proposal sheet the Offeror's DUN's and Tax ID Numbers must be provided. Failure to complete the bid/sheet may result in an Offeror's proposal to not be considered for award. A. Price reasonableness is the measure of whether the prices proposed are excessive, based upon comparison with the Government estimate, and other measures of usual and customary prices for similar work or services. If any price component is found to be unreasonably high, the Offeror's Price Proposal may be rejected. B. Price realism is the measure of whether an Offeror can be expected to successfully perform for the dollar amounts proposed. If any price component is found to be unrealistically low, the Offeror's Price Proposal may be rejected. C. An unbalanced price proposal is one which materially understates certain price components and overstates others, such that the Government cannot reasonably determine whether award to the Offeror will result in the lowest total cost to the Government. Questions and Answers for Solicitation Number GS-09-11-NQ-M-007 The date proposals are to be submitted for this solicitation has been changed to July 18, 2011. This solicitation is not for a Phase I audit. The ASTM Standard for Environmental Regulatory Compliance Audits (E-2107-00) must be used. The most current references Standards or guidelines must be used. Attached are the building descriptions for all the buildings requiring survey's. 1. Is there an existing incumbent for this contract. If so what is the name of the firm. Answer: Yes; Coastal Consultants and P & B Consulting, in 2010. 2. Confirm this solicitation is not under GSA Environmental Services Schedule (GS-10F-0105K). Answer: No, this solicitation is not under any GSA Schedule 3. When do you expect the solicitation to come out and when will it be due? Answer: This is supposed to be the solicitation and it is due July 18, 2011, no later than 4:30pm. 4. Will there be any set-aside for small businesses, or VOSB? Answer: These services will be performed by Small Businesses ONLY. No special set-asides except small businesses. 5. How many copies of the Technical and Price Proposals should be submitted on July 11, 2011? Answer: Three 6. What is the format of the submittal information that GSA would like to see presented? Answer: See Instructions for Proposal Submission (below) 7. What evaluation factors will be used to determine the award? Answer: See Instructions for Proposal Submission (below) 8. Can the cost proposal for a group of buildings or buildings of the same address be combined? Answer: No, we need to have a cost for each building.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PMFC/GS-09P-11-NQ-M-0007/listing.html)
 
Place of Performance
Address: Arizonia and Nevada locations, San Francisco, California, 94102, United States
Zip Code: 94102
 
Record
SN02490092-W 20110708/110706234314-2d984d6d82e8a0f3ae6ed62655fe4f9c (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.