The RFP Database
New business relationships start here

Asbestos Air Quality Monitoring and Sampling VA Central Iowa Health Care System Total SDVOSB Set-Aside Period of Performance: 02-15-2019 to 02-14-2024


South Dakota, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Asbestos Air Quality Monitoring and Sampling for VA Central Iowa Health Care System
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested.
Solicitation number 36C263190202 is issued as a request for quotes (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101.
This procurement is a TOTAL SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. Prospective offerors must be registered and current in the System for Award Management (SAM) database prior to contract award (www.sam.gov). Quotes will only be accepted from responsible contractors. The NAICS code for the solicitation is 562910 (Remediation Services) with a size standard of $20.5 million.
A list of the contract line items, quantities, and units of measure are listed within the attached solicitation documentation.
The VA anticipates a single Blanket Purchase Agreement (BPA) contract award for all resources and labor necessary to complete above-referenced services for VA Central Iowa Health Care System, located at 3600 30th Street, Des Moines, IA 50310.
The period of performance is 02-15-2019 to 02-14-2024. Task orders will be issued against this BPA at the government s discretion based on continued need for services, Contractor performance, and availability of funds in a given fiscal year for task orders.
FAR provisions 52.212-1, 52.212-2, and 52.212-3 apply to this procurement and are detailed within the attached solicitation document.
FAR clauses 52.212-4 and 52.212-5 apply to this procurement and are included within the attached solicitation document.
Additional requirements are listed within the attached solicitation document.
The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition.
Offerors are strongly encouraged to utilize the Site Visit scheduled by the Government for 10:00am Central Standard Time (CST), 01-17-2019. During this site visit, the Government will provide an overview of potential areas to have monitoring and sampling done at. Confirmation of attendance (including name of company, point of contact, and point of contact e-mail) at site visit should be e-mailed to Jeff McDonald, Contracting Officer Representative (COR), at jeffery.mcdonald@va.gov. The COR or COR designees will provide an overview and a brief tour, but will not accepting technical questions at this site visit. Technical questions shall be directed to Contracting Officer as cited below. Contracting officer will compile technical questions, provide responses through coordination with COR, and incorporate Government responses to technical questions via solicitation amendment if applicable.
Technical questions on the solicitation are required to be e-mailed to douglas.reed3@va.gov no later than 10:00am CST, 01-24-2019.
Quotes are due to the Contracting Office by 10:00am CST, 01-31-2019.
Quotes are required to be emailed to douglas.reed3@va.gov prior to the solicitation closing date and time. It is the responsibility of the offeror to ensure their quote is received in its entirety by the Contracting Officer before the solicitation closing.
Contact Doug Reed, Contracting Officer, at douglas.reed3@va.gov for information regarding the solicitation.

Doug Reed
Contracting Officer
E-mail: douglas.reed3@va.gov

douglas.reed3@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP