The RFP Database
New business relationships start here

VISN 2 Downstate Asbestos/Lead/Mold Abatement On-Call and Emergency Services


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

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C24219Q0200
Posted Date:
April 12, 2019
Original Response Date:
May 20, 2019
Current Response Date:
May 20, 2019
Product or Service Code:
F
Set Aside (SDVOSB/VOSB):
100 % Small business set aside
NAICS Code:
562910
Contracting Office Address
Network Contracting Office (NCO) Region 2
James J. Peters VA Medical Center
130 W. Kingsbridge Road, Suite 9B-67
Bronx, NY 10468
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested, and a written solicitation document will not be issued.

This solicitation is a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.

The associated North American Industrial Classification System (NAICS) code for this procurement is 562910 (Remediation Services), with a small business size standard of $20.5 Million.

The Network Contracting Office (NCO) 2 is seeking licensed and responsible small business companies under the above NAICS code to provide on-call and emergency asbestos, lead, and mold abatement services in accordance with the attached Statement of Work.

All interested companies shall provide proof of licensure and pricing in their offer(s) for various forms of asbestos, lead, and mold abatement services.

Services
Please reference the attached Statement of Work for details of this requirement.

The contract period of performance will include:

Base Period: 01 July 2019 through 30 September 2019
Option Period One (1): 01 October 2019 through 30 September 2020
Option Period One (2): 01 October 2020 through 30 September 2021
Option Period One (3): 01 October 2021 through 30 September 2022
Option Period One (4): 01 October 2022 through 30 September 2023
Option Period One (5): 01 October 2023 through 30 June 2024
Place of Performance
James J. Peters VA Medical Center, 130 W. Kingsbridge Road, Bronx, NY 10468
VA New Jersey Healthcare System E. Orange Campus, 385 Tremont Ave, East Orange, NJ 07018
VA New Jersey Healthcare System Lyons Campus, 151 Knollcroft Rd, Lyons, NJ 07939
VA New York Healthcare System Brooklyn Campus, 800 Poly Place, Brooklyn, NY 11209
VA New York Healthcare System Manhattan Campus, 423 E. 23rd Street, New York, NY 10010
VA New York Healthcare System St. Albans Community Living Center, 179-00 Linden Boulevard, Jamaica (Queens), NY 11425

Award shall be made to the offeror whose technically acceptable offer provides the best value to the government, considering technical capability, past performance, and a fair and reasonable price. The government will determine an offer technically capable based on the following minimum qualifications: technical capability factor, and past performance at a fair and reasonable price.B B

1. Technical Capability: Vendors must hold a current asbestos abatement contractor s license from the New York State Department of Labor and/or the New Jersey Department of Labor and Workforce Development. A copy of a current license must be included in each offer.

Provide a list of job supervisors and abatement workers who may be assigned to tasks issued under the anticipated contract. Include a summary of their experience and licensing status.

2. Past Performance: Submit a description of five (5) successfully completed asbestos abatement projects performed over the past three years. The projects should include at least one completed in a hospital or healthcare setting. The project descriptions should demonstrate the contractor s capabilities in: successfully completing rush or time-sensitive abatement work; dealing with unforeseen circumstances; and handling various types of abatement scenarios. Include client reference contact information.

4. Price. Complete pricing is required to facilitate the Contracting Officer s determination of completeness, fair and reasonableness. Offerors shall submit a completed price schedule for each type of abatement service (asbestos, lead, and mold) during each period of performance outlined above. Whenever possible, work will be performed during normal work hours. In the event that the work to be performed is in patient care, critical care, staff offices or labs, or high traffic areas, work will be performed outside of normal work hours. Offers must detail price differentials for evening, weekend, and holiday periods.


The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items [Oct 2018]
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018)

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Sept 2018)
FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)
FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014)
FAR 52.216-18 Ordering (OCT 1995)
FAR 52.216-19 Order Limitations (OCT 1995)
FAR 52.217-8 Option to Extend Services (NOV 1999)
FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000)
FAR 52.228-5 Insurance-Work on a Government Installation (JAN 1997)
FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984)
VAAR 852.203-70 Commercial Advertising (MAY 2008)

All offers shall be sent to the Contracting Officer, Ms. Mitchelle Labady at mitchelle.labady@va.gov.

This is an open-market combined synopsis/solicitation for asbestos, lead, or mold abatement services as defined herein.B B The government intends to award a four to six indefinite delivery, Indefinite Quantity (IDIQ) contracts to the technically capable companies as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all offers 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."

Submission shall be received not later than 11:00 AM 10 June 2019 electronically at mitchelle.labady@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). It is the responsibility of the offeror to ensure the timely delivery of a complete response.

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Ms. Mitchelle Labady, Contracting Officer, at mitchelle.labady@va.gov.

Ms. Mitchelle Labady
mitchelle.labady@va.gov

mitchelle.labady@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP