The RFP Database
New business relationships start here

Geoprobe Testing for the Canandaigua VAMC


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

COMBINED SYNOPSIS/SOLICITATION
GEOPROBE TESTING
CANANDAIGUA VA MEDICAL CENTER
(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and FAR 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24219Q0011.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100.
(iv) This procurement is being issued as a Service Disabled Veteran Owned Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 541620, Environmental Consulting Services, with a small business size standard of $15 Million.
(v) The Contractor shall provide pricing to provide Geoprobe Testing Services for the Canandaigua VA Medical Center (VAMC) for a period of performance to be completed within 30 days of the Notice to Proceed (NTP) letter. See table below:
TOTAL PRICING
Line Item
DESCRIPTION
TOTAL COST
1.
Geoprobe Testing Services for the Canandaigua VAMC.
Period of Performance: Within 30 days of NTP letter


(vi) Description of requirement: The contractor shall provide all requirements identified in the below Statement of Work (SOW).
The Canandaigua VA Medical Center (VAMC) located at 400 Fort Hill Avenue, Canandaigua, New York has a requirement to provide environmental testing at the boiler plant parking lot. The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified.
Existing Conditions:
The Canandaigua VAMC is a campus facility with many (more than 30) buildings located on over 20
acres. Many of the facility buildings are included on the historic register. Building 12 is the current
boiler plant with a paved driveway/parking lot next to the above ground fuel tanks.
The parking lot was sampled by the DEC and geoprobing of the site was requested in order to properly
determine remediation techniques. The following shall be conducted with a full report due at the
completion of all sampling and testing.
Scope of Work (SOW):
General:
The contractor shall be responsible for all labor, supervision, and materials required to perform the work as indicated in the scope of work, specifications and drawings.
All work is to be performed during normal business hours, if there is a need for off tour work the contractor shall notify the COR two weeks in advance. Normal business hours are typically 8 am to 5 pm Monday through Friday, exclusive of Federal Holidays. Federal Holidays observed by the VAMC are New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day.
The contractor is responsible for all field measurements; the Government will not be held responsible for quoting errors made or the failure to adequately inspect the job site for existing conditions, imensions and grades or existing utilities. The contractor is responsible for verifying all utilities through any resource necessary. All quoters are strongly encouraged to inspect the job site prior to submitting quotes.
Any existing feature disturbed (removed, damaged, etc.) by the contractor during the performance of this contract shall be restored to similar or better condition by the contractor at the contractors expense. This includes walls, doorways, doors, trim work, and other miscellaneous items located in the corridor, sidewalks, grassed areas, and parking lots.
During the entire duration of work performed, the contractor shall at all times, maintain at least one lane for emergency traffic. This includes any placement of project equipment and the main corridor where work is being performed.
The VAMC Project Contracting Officer Representative (COR) shall govern all work done during project duration. Disputes shall be promptly referred to the Contracting Officer (CO). The contractor will immediately correct any work in which the Project COR deems unacceptable or not in accordance with plans and/or specifications.
Environmental Testing:
Provide 9 soil borings to the water table (10-20 feet below ground surface) with a Geoprobe. General locations shall be per Attachment A.
Samples shall be screened in the field with a PID. Samples with elevated readings (greater than 10 ppm) will be collected for possible lab analysis. If samples do not indicate contamination, 5 samples shall be collected and analyzed to document the clean status of the site.
Samples per above shall be sent to an independent testing laboratory to be analyzed, under New York State s Department of Environmental Conservation, CP-51: Soil Cleanup Guidance 8260/8270.
Upon receipt of the analytical results, a report will be generated detailing all findings.

Period of Performance:
The period of performance for this contract shall be completed within 30 days from the Notice to Proceed.

(vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance.
FOB Destination:
Canandaigua VA Medical Center
400 Fort Hill Avenue
Canandaigua, NY 14424-1159
(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1:
Solicitation number for this requirement as 36C24219Q0011
Name, address and telephone number of offeror
Technical description of services to be performed in accordance with the Statement of Work
Terms of any express warranty, if applicable
Price
Acknowledgement of any solicitation amendments
Past performance information
A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation
Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
The following provisions are included as addenda to FAR 52.212-1:
52.204-16 Commercial and Government Entity Code Reporting (July 2016)
52.204-17 Ownership or Control of Offeror (July 2016)
852.209-70 Organizational Conflicts of Interest (JAN 2008)
852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
852.270-1 Representatives of Contracting Officers (JAN 2008)
(ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition.
The following are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety.
Award shall be made to the contractor whose quotation offers the lowest priced technically acceptable to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria:
Factor 1 Technical Capability:
Provide a maximum of a 5 page capability statement demonstrating technical Capability to meet all of the requirements of the Statement of Work.
Factor 2 Past Performance: Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process.
The contractor will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating.B B
Failure to provide the information requested in the evaluation criteria may result in being found non-responsive.B
B Factor 3 Price: This factor indicates what each offeror s proposal will cost the Government, if selected.
(x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4:
52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.228-5 Insurance-Work on a Government Installation (JAN 1997)
CL-120 Supplemental Insurance Requirements
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984)
852.203-70 Commercial Advertising (JAN 2008)
852.219-10 Total Service-Disabled Veteran-Owned and Veteran-Owned Small Business Set-Aside (JUL 2016)
852-215-71 Evaluation Factor Commitments (DEC 2009)
852.219-74 Limitations on Subcontracting Monitoring and Compliance (JULY 2018)
852.232-72 Electronic Submission of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)
(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition.
52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014)
52.219-28 Post Award Small Business Program Representation (Jul 2013)
52.222-3 Convict Labor (June 2003)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (APR 2015)
52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013)
52.222-41 Service Contract Labor Standards (MAY 2014)
52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014)
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustments (Multiple Year and Option Contract) (MAY 2014)
52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015)
52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017)
(xiii) The Service Contract Act of 1965 does apply to this procurement.
Site Visit: A site visit is scheduled for Wednesday, October 10, 2018 at 1:00 pm. Please express intent to attend site by Monday, October 8, 2018 at 4:00 pm EST to Janine Childs via email at Janine.Childs@va.gov . Meeting location of the site visit shall be in the parking lot of Building 12, near the boiler plant and next to the above ground fuel tanks. All questions from site visit shall be submitted to Janine Childs via email above.
(xiv) N/A
(xiv) Quotes are required to be received NO LATER THAN 12:00 PM EDT, Thursday, October 18, 2018. This requirement will be awarded as a firm fixed-price purchase order. Submit quotes and supporting documentation by email to Janine Childs at Janine.Childs@va.gov.
(xv) Direct your questions to Janine Childs, Contract Specialist, Janine.Childs@va.gov .

Janine Childs
Janine.Childs@va.gov

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP