The RFP Database
New business relationships start here

Lead Paint Abatement


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

SYNOPSIS-LEAD PAINT ABATEMENT SERVICES-GPO RFQ 040ADV-19-R-0043

 

1.1               Request for Quote (RFQ) to provide Lead Paint Abatement Services under a Blanket Purchase Agreement (BPA) for the GPO.

 

1.2               BLANKET PURCHASE AGREEMENT:

 

1.2.1          Description of Agreement-The Vendor shall provide all labor, materials and transportation necessary to perform the Lead Paint Abatement Services in accordance with the Statement of Work within the Solicitation no: 040ADV-19-R-0043, and authorized by the Contracting Officer for a period of performance of 4 years from the date of the BPA Award.

1.2.2          SOW is for Lead Paint Abatement Services.

1.2.3          Unit price should be per sq./ft.

1.2.4          BPA Order will be authorized by Contracting Officer signature.

1.2.5          The Government is obligated only to the extent of authorized purchases actually made under the BPA.

1.2.6          The order maximum limitation purchase will be $140,000 per centralized order.

1.2.7          An invoice shall be submitted after each task order for all services performed during a particular job, identifying the task order information for that job in your invoice.

1.2.8          Modification requests shall be in writing and submitted to the Branch Contracting Officer.

1.3.         The following submittals are required to be approved by the Contracting Officer (CO) prior to bid award:

 

A.   Provide a valid copy of the State or local Lead Paint Abatement License.

 

B.   Three Projects: Please provide Name and location of at least 3 lead abatement projects performed by the Contractor, including names and telephone number of contract representatives. Please use the attachment provided herein for Corporate experience.

 

C.  Three Project Reports: Copy of daily log and air monitoring reports (including final wipe tests where applicable) of the last 3 abatement projects submitted above.

 

D.  Names and qualifications (experience and training) of supervisor and personnel who will be working on-site.

 

E.   Evidence of current training in LBP abatement by an EPA accredited State program, or equivalent.  Evidence of successful completion of LBP Worker and Competent Person training, describing the training provider, subject matter, duration, and dates of the course.

 

F.   Name and qualification of analytical laboratory to be used to analyze personal exposure samples and to profile wastes.

 

G.  Names and qualifications of each contractor that will be transporting, storing, treating, recycling, and/or disposing of the wastes. Include the facility location, phone number, and a 24-hour point of contact.

 

2.  INSTRUCTIONS TO OFFERORS:

Each Offeror shall submit only one quote which addresses all Government requirements outlined in this solicitation.  Offerors shall submit their quotes with a cover letter, by 23 September 2019, 4:00PM ET.    Late submissions, modifications and withdrawals will be handled as described in provision 52.212-1 “Instructions to Offerors – Commercial Items.”


Telegraphic offers (submitted by telegram or mailgram) will not be accepted.
Facsimile offers will not be accepted.
Any offers submitted by e-mail to acquisitionservicesproposals@gpo.gov will be accepted only when an email confirmation from the contract specialist has been received.  Documents must be submitted in either PDF or Microsoft Office 2010 compatible format.  The offeror is responsible for ensuring that the contract specialist has received the offer before the deadline for receipt of offers, and the government will not be responsible for delays or failures of either the contractor’s e-mail system or the Government’s e-mail system.  It is the offerors responsibility to ensure that the submitted quote is complete and prepared in the format as identified below in the “submittal instructions.”

System for Award Management (SAM): As stated in 52.212-1(k), prospective awardees are required to be registered in the System for Award Management (SAM) database.  Offerors are encouraged to go to the SAM database at https://www.sam.gov/portal/public/SAM and start the registration process as soon as possible to avoid possible delays should the contractor be selected as a prospective awardee.

Amendments to this Solicitation: Any amendments to this solicitation will be posted on FedBizOpps.gov. 

Format of Quote:  In order to be considered for selection, the Offeror must submit a complete response to this solicitation using the sequence and format instructions provided.  Quotes shall NOT contain classified data.  NO ZIPPED FILES are permitted. 

Offerors should review this entire solicitation before submitting a quote to ensure that their quotes meet all requirements. 

Vendor Point of Contract: Submit the name of the individual who can answer questions about the offeror to include First and Last names, Telephone number, and email address.

Submittal Instructions: Submit the following file(s) electronically in accordance with the instructions above.  

1.       General Information and Price/Cost Schedule:


Completed/signed copies of SF1449 Solicitation/Contract/order for Commercial Items form to include Blocks 30 a-c and any amendments.
Completed Price.  The price quote shall be based on Appendix B criteria and submitted in writing using Appendix C, on the RFQ Solicitation no: 040ADV-19-R-0043. Please fill out the price section on Appendix C and sign/date, returning it by email to: acquisitionservicesproposals@gpo.gov , no later than by 4:00PM ET local time on Tuesday, August 17, 2019. 

2.       Qualifications:

Offeror must establish their qualifications and demonstrate their ability to perform all services pertaining to this solicitation.  As such, the contractor shall submit the following:

Provide a valid copy of the State or local Lead Paint Abatement License.

Names and qualifications (experience and training) of supervisor and personnel who will be working on-site.

Evidence of current training in LBP abatement by an EPA accredited State program, or equivalent. Evidence of successful completion of LBP Worker and Competent Person training, describing the training provider, subject matter, duration, and dates of the course.

Name and qualification of analytical laboratory to be used to analyze personal exposure samples and to profile wastes.

Names and qualifications of each contractor that will be transporting, storing, treating, recycling, and/or disposing of the wastes. Include the facility location, phone number, and a 24-hour point of contact.

3.    Experience:

Offerors must provide a minimum of three (3) and a maximum of five (5) examples of their choice of completed projects or in progress of similar contracts in size and scope (commercial building remodel/renovation; minimum threshold value of $50,000). 

A. Three Projects: Name and location of at least 3 lead abatement projects performed by the Contractor, including names and telephone number of contract representatives. Please use the Corporate Experience Form (Exhibit B) included with the solicitation to provide the requested information for Experience.

B. Three Project Reports: Copy of daily log and air monitoring reports (including final wipe tests where applicable) of the last 3 abatement projects submitted above.

Questions: All questions must be in writing & emailed to acquisitionservicesproposals@gpo.gov. ; All questions must be received no later than 4:00PM ET local time on Tuesday, August 17, 2019.  The Government reserves the right to not answer questions not meeting this timeline if doing so would result in an amendment requiring an extension of the solicitation and to extend would not be in the best interest of the Government.  All responses to questions will be incorporated into a written amendment posted on FedBizOpps.gov. 

EVALUATION—COMMERCIAL ITEMS (CONTINUED)

EVALUATION CRITERIA:  In accordance with FAR 13.106-1(a)(2), a comparison of any firm-fixed price quotes received in response to the solicitation shall determine lowest overall price.  The basis of award will be made on price with the addition of providing the proper certifications. Only one BPA award will be made. 

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation by evaluating the following factor(s):

·         Price

Price Only: Award will be made on the basis of the lowest quoted price.  Price analysis will be used to determine the lowest total evaluated price to support the selection of the lowest priced offer received.    

The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement.  The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced.  Evaluation of options shall not obligate the Government to exercise the option(s).

In addition to submitting their pricing, offerors must establish their qualifications and demonstrate their ability to perform all services pertaining to this solicitation.  As such, the contractor shall submit certifications, or otherwise, which indicate that they are authorized to provide lead abatement/ removal in the District of Columbia.  Proper certification would include OSHA and EPA certifications in order to be considered for award

 

 

 

 

 

Attachment-CORPORATE PROJECT EXPERIENCE FORM

Please list your contracts in chronological order beginning with the most recent one. Offerors must provide a minimum of three (3) and a maximum of five (5) examples of their choice of completed projects or in progress of similar contracts in size and scope (commercial building remodel/renovation; minimum threshold value of $50,000). 





Contract #1





1.    Customer/Company Name



2.  Customer’s Address





3.    Name and Title of Point of Contact



4.    Point of Contact’s Email Address





5.    Point of Contact’s Phone Number



6.  Contract Value





 7.    Contract Term (Month and Year)

 

From       _______  through _______________

 



8. Contract Effective  Date

_      ____________



9.  Contract Status

___Ongoing ___Completed





 



 





10. Scope of Contract Requirements (Describe in details the scope of works performed under this contract as indicated in the Solicitation documents. Attach separate sheet if additional space is needed.)











Contract #2





1.    Customer/Company Name



2.  Customer’s Address





3.    Name and Title of Point of Contact



4.    Point of Contact’s Email Address





5.    Point of Contact’s Phone Number



6.  Contract Value





 7.    Contract Term (Month and Year)

 

From       _______  through _______________

 



8. Contract Effective Date

_      ____________



9.  Contract Status

___Ongoing ___Completed





 



 





10. Scope of Contract Requirements (Describe in details the scope of works performed under this contract as indicated in the Solicitation documents. Attach separate sheet if additional space is needed.)





 

 

 

 





Contract #3





1.    Customer/Company Name



2.  Customer’s Address





3.    Name and Title of Point of Contact



4.    Point of Contact’s Email Address





5.    Point of Contact’s Phone Number



6.  Contract Value





 7.    Contract Term (Month and Year)

 

From       _______  through _______________

 



8. Contract Effective Date

_      ____________



9.  Contract Status

___Ongoing ___Completed





 



 





10. Scope of Contract Requirements (Describe in details the scope of works performed under this contract as indicated in the Solicitation documents. Attach separate sheet if additional space is needed.)





 


Ronald O. Ortega, Pre-Award Team Supervisor, Phone 2025120803, Email rortega@gpo.gov - Marta Velez, Contract Specialist, Phone (202) 512-1564, Email mvelez@gpo.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP