The RFP Database
New business relationships start here

SCI Phase 2 Asbestos Abatement Air Monitoring


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

Page 5 of 5
COMBINED SYNOPSIS/SOLICITATION
AIR MONITORING SERVICES SCI RENOVATION PHASE 2
JAMES J. PETERS VA MEDICAL CENTER- BRONX, NY
(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 and FAR part 13, 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 36C24219Q1033.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02.
(iv) This procurement is being issued as 100% Service Disabled Veteran Owned Small Business Set-Aside solicitation. The North American Industry Classification System (NAICS) code is 541620, Environmental Consulting Services, with a small business size standard of $15 Million.
(v) In accordance with the attached statement of work, specifications and drawings, the Contractor shall provide pricing to perform air monitoring services during the construction of SCI Phase 2 renovation for the James J. Peters VA Medical Center.

Cost Schedule
Line Item
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
1.
Air Monitoring Services
1
Job



(vi) Description of requirement (See attached Statement of Work (SOW), specifications and drawings): 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. Place of Performance:
James J. Peters VA Medical Center
130 West Kingsbridge Road
Bronx, NY 10468

(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition and is incorporated by reference. The following provisions are included as addenda to FAR 52.212-1:

52.204-22 Alternative Line Item Proposal (JAN 2017).
852.270-1 Representatives of Contracting Officer (JAN 2008)

(ix) Evaluation will be determined in accordance with FAR Subpart 13.106-1(a)(2). The government shall award this procurement on the basis of technical capability, price and past performance.
Please provide a maximum 5 page capability statement that indicates the vendor has the trained personnel, equipment, and track record of providing relevant air monitoring services.
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 and is incorporated by reference. The following clauses are included as addenda to FAR 52.212-4:
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.203-70 Commercial Advertising (JAN 2008)
852.219-10 VA Notice of Total Service-Disabled Veteran Owned Small Business Set Aside (JUL 2019) (DEVIATION)
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.

The following subparagraphs of FAR 52.212-5 are applicable:

52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02) (FEB 2015)
52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015)
52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016)
52.204-14 Service contract Reporting Requirements (OCT 2016)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
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)
52.222-41 Service Contract Labor Standards (MAY 2014)
52.222-44 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014)
52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015)
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)
* see full text clause below

(xiii) The Service Contract Act of 1965 does apply to this procurement (see attached Wage Determination). IT Security language does not apply to this purchase order.

(xiv) N/A

(xv) This is a 100% SDVOSB set-aside combined synopsis/solicitation for air monitoring services at the James J. Peters VA Medical Center.B B The government intends to award a firm-fixed price purchase order 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 offeror shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than 12:00 PM EST, Monday, August 26, 2019. The government shall only accept electronic submissions via email, please send all quotations to Aletha Bourke at Aletha.Bourke@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

(xvi) Questions are due to the point of contact listed here not later than 12:00 PM EST on Wednesday, August 21, 2019. Direct all questions via email to Aletha Bourke, Contract Specialist, Aletha.Bourke@va.gov. There will not be a site visit for this procurement.

Aletha Bourke

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP