Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
DOCUMENT

99 -- Certified Asbestos Building Inspectors - Attachment

Notice Date
1/19/2012
 
Notice Type
Attachment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10112Q0047
 
Response Due
1/27/2012
 
Archive Date
2/26/2012
 
Point of Contact
Thaddeus Willoughby
 
E-Mail Address
9-3906<br
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation For Certified Asbestos Building Inspectors 1. This is a combined synopsis/solicitation for commercial items and services 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; proposals are being requested and a written solicitation will not be issued. The solicitation (VA101RQ120047) is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) FAC 2005-55 and Veteran Affairs Acquisition Regulation (VAAR). All responsible sources may submit a proposal. 2.This acquisition is set aside for Service Disabled Veteran Owned Small Businesses. The North American Industry Classification System (NAICS) code is 541620 - Environmental Consulting Services. Offerors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov and VetBiz at https://www.vip.vetbiz.gov in order to be considered for award. 3. FAR Clauses 52.212-1 through 52.212-5 (1) 52.219-14, Limitations on Subcontracting (Nov 2011), (2) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside, (3) 52.222-3, Convict Labor (June 2003) (E.O. 11755), (4) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126), (5) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (6) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), (7) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212), (8) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793), (9) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212), (10) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496), (11) 52.222-54, Employment Eligibility Verification (Jan 2009), (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.), (12) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003), 52.222-41, and Service Contract Act of 1965 (Nov 2007) apply to this procurement. The following VAAR clauses apply: (1) 852.203-70, Commercial advertising, (2) 852.203-71, Display of Department of Veterans Affairs Hotline poster, (3) 852.207-70, Report of employment under commercial activities, (4) 852.209-70, Organizational conflicts of interest, (5) 852.216-70, Estimated quantities, (6) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, (7) 852.228-71, Indemnification and insurance, (8) 852.233-70, Protest content/alternative dispute resolution, (9) 852.233-71, Alternate protest procedure, (10) 852.237-70, Contractor responsibilities, (11) 852.246-71, Inspection, (12) 852.252-70, Solicitation provisions or clauses incorporated by reference, (13) 852.270-1, Representatives of contracting officers, and (14) 852.271-75, Extension of contract period. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. 5. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. 6. Description of services: This is a non-personal service contract therefore the offeror must provide project management and supervision of its personnel and liaison to government personnel. This requirement is for Certified Asbestos Building Inspectors who will be responsible for continuous onsite observation and monitoring of soil and debris removal to ensure no visible emissions will be conducted by both the asbestos abatement contractor and excavating contractor. Also the offeror will provide air monitoring specialist when needed in accordance with the attached soil characterization and management plan (SCMP, attachment A). The unit cost shall include all transportation, equipment, and supplies needed to perform the work required, except those items listed in Attachment B. The estimated completion date is May 30, 2012. This combined synopsis & solicitation notice is a request for competitive quotations. 7. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of past performance and price. Past performance and price are equal. Past Performance Information (PPI) will be based on similar contract, and complexity. The RFQ defines relevant past performance as that which demonstrates the knowledge and experience with observation and monitoring of soil and debris removal. The size and complexity of the project is described on page 2 thru 4 of the SCMP. The Government reserves the right to give greater consideration to information on those contracts deemed most relevant in size and scope to the effort described in the RFQ. Experience with projects of this size, type and complexity is considered vitally important. More recent PPI will be given greater consideration. A questionnaire will be sent to the point of contact on the "General Contractor Reference Form". General Contractor Reference Forms are required at offer submittal. The point of contact on the "General Contractor Reference Form" is required to return the questionnaire directly to the contracting officer. Any questionnaire returned by an offeror will not be considered for evaluation. In the event an offeror has no questionnaire(s) that offerors shall receive a rating that is neither favorable nor unfavorable. In addition, other sources, such as the Past Performance Information Retrieval System (PPIRS), and commercial sources may be used for further information. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the acquisition. Price: The following items will be considered the price evaluation: 1. Completeness. All price information required by the RFQ has been submitted. 2. Reasonableness. The Government will review the prices for accuracy and reasonableness. 3. Price Information: The Contracting Officer will utilize the past performance ratings and price evaluations in preparing its overall rating of the proposals and as to the Best Value determination for selection of successful offeror. In the event the Government has reason to question the reasonableness of a price proposal the Government may conduct such additional reasonable analysis as it requires in order to complete a thorough price analysis. Because the evaluation of the price proposal will represent a portion of the total evaluation, it is possible that an offeror may not be selected because of an unbalanced, unreasonable price proposal. 8. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Item. (Accessible at the FAR Site, http://farsite.hill.af.mil) 9. Submit the following documents in response to this RFQ: a. Price Quotation (Attachment B) b. Past Performance (Attachment C) 10.Offers are due on January 27, 2012 1:00 PM MST. All questions/inquiries must be submitted to the contract officer via electronic mail (e-mail) not later than 11:00 AM MST on January 25, 2012. Inquiries submitted via telephone calls will be re-directed to an e-mail submission. Submit offers or any questions to the attention of Thaddeus Willoughby via email to Thaddeus.willoughby@va.gov. Offerors who fail to complete and submit the requirements above may be considered non-responsive. NOTE: Both the Past performance (5 page maximum) and Pricing Proposal should be submitted as separate documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10112Q0047/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-12-Q-0047 VA101-12-Q-0047.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=289543&FileName=VA101-12-Q-0047-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=289543&FileName=VA101-12-Q-0047-000.docx

 
File Name: VA101-12-Q-0047 DENVER ATTACHMENT A SOIL MGMT PLAN.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=289544&FileName=VA101-12-Q-0047-001.PDF)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=289544&FileName=VA101-12-Q-0047-001.PDF

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1055 Clement Street;Denver, CO 80220
Zip Code: 80220
 
Record
SN02656978-W 20120121/120119234112-1e76da93d2ae82346ba73ff11498533d (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.