The RFP Database
New business relationships start here

Restore B108 After Fire Damage


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

Page 1 of 8
COMBINED SYNOPSIS/SOLICITATION
REMEDIATION OF IRE AND SMOKE DAMAGE TO BUILDING B108 LOCATED AT THE BATH 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 13.50- Simplified Procedures for Certain Commercial Items, 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 36C24219Q1075.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03.
(iv) This procurement is being issued as a small business set aside. The North American Industry Classification System (NAICS) code is 562910, Remediation Services, with a small business size standard of $20.5 Million.
(v) The Contractor shall provide pricing to remediate fire and smoke damage to building B108 located at the Bath VA Medical Center within 30 days of receiving notice to proceed. See table below with reference the statement of work (SOW):

ANNUAL PRICING FOR WATER TREATMENT SERVICES
Line Item
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
1
Remediation of fire and smoke damage to Building B108 located at the Bath VA Medical Center 76 Veterans Avenue Bath NY 14210
1
JB



TOTAL PRICE








(vi) Description of requirement (See attached Statement of Work (SOW) to include Wage determination information): The contractor shall provide all parts and labor identified in the SOW.




(vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance.
FOB Destination
Bath VA Medical Center
76 Veterans Avenue
Bath NY 14210

(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:
52.204-7 System for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)
52.216-1 Type of Contract (APR 1984)
52.233-2 Service of Protest (SEPT 2006)
852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008)
852.233-71 Alternate Protest Procedure (JAN 1998)


(ix) Evaluation will be determined based on Best Value to the Government IAW FAR Subpart 13.106-1(a)(2). The government shall award this procurement to the vendor with the lowest priced quote that is technically acceptable and has acceptable, or neutral, past performance. Vendors with no past performance shall be rated as neutral.


PRICE

Provide pricing information by including a completed version of the table found in section (v) of this document with your response to this combined synopsis/solicitation.

TECHNICAL

Please provide a maximum 5 page capability statement that indicates the vendor has the trained personnel, equipment, certifications and track record of working experience in remediating/restoring smoke and fire damage in commercial buildings and can meet all requirements of the attached scope of work.

In addition to the above capability statement the vendor shall provide the following information
Institute of Inspection, Cleaning and Restoration Certification or an equivalent certification







PAST PERFORMANCE

The Government shall request the contractor provide a list of contracts completed during the past three (3) years and all contracts and subcontracts currently in process for remediation/restoration of fire and smoke damage to similar commercial structures. Include the following information for each contract:
a) Name and address of contracting activity
b) Name and telephone number of contract person
c) Dates of contract performance

CPARs shall also be reviewed in making past performance determinations.

The Government reserves the right to make award without discussions.

(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:
52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014)
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)
52.219-6 Notice of Total Small Business Set-Aside (NOV 2011)
52.219-14 Limitations on Subcontracting (DEVIATION 2019-01)
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)
852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION)
852.232-72 Electronic Submission of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)
852.219-74 Limitations on Subcontracting Monitoring and Compliance (JULY 2018)
852.270-1 Representatives of Contracting Officers (JAN 2008)

(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.
52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995)
52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-6 (DEVIATION 2019-01)
Notice of Total Small Business Set-Aside (NOV 2011)
52.219-8 Utilization of Small Business Concerns (OCT 2018)
52.219-14 (DEVIATION 2019-01)
Limitations on Subcontracting (JAN 2017)
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)
52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
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)
52.232-34 Payment by Electronic Funds Transfer Other than 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)
52.222-55 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, and the applicable wage determination is attached to this combined synopsis/solicitation

A mandatory site visit is scheduled for Wednesday, August 26th, 2019 at 10:00 am. Potential vendors for the site visit shall meet in the building B29A conference room at the Bath VA Medical Center, 76 Veterans Avenue, Bath, NY 14810. Please express intent to attend site visit by Tuesday, August 25th, 2019 at 12:00 pm EST to Michael Spivack via email at Michael.Spivack@va.gov. All questions from site visit shall be submitted to Michael Spivack via email above.

(xiv) N/A

(xv) This is an open-market total small business set-aside combined synopsis/solicitation,B the government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
The Quoter shall list exception(s) and rationale for the exception(s)

Quotes are required to be received NO LATER THAN 12:00 PM EDT, Friday, September 6th, 2019. Quotes and supporting documentation must be emailed to Michael Spivack at Michael.Spivack@va.gov.

(xvi) Direct your questions to Michael Spivack, Contracting Specialist, 585-297-1460 x 72458; Michael.Spivack@va.gov.

Spivack, Michael
Michael.Spivack@va.gov

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP