The RFP Database
New business relationships start here

ASBESTOS AND LEAD SURVEY


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

This is a combined synopsis/solicitation for commercial services, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.
The VHA NCO 08 - 546 - Miami Healthcare System has a requirement to purchase Asbestos and Lead Based Paint (LBP) sampling services under solicitation number VA248-14-Q-1724 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. This acquisition will be solicited for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information.
The requirement consists of providing Asbestos and Lead Based Paint Sampling services at several buildings and locations located at the Miami VAMC. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 541620 (Site Remediation Consulting Services) with a small business size standard of $14,000,000 gross annual income or less. This requirement is a total set aside for Service Disabled Veteran Owned Small Business (SDVOSB) and only qualified offerors may submit bids. All work will be performed in accordance with all federal, state, local laws and regulations, and the Performance-based Work Statement (PWS) that is included with the solicitation
The VHA NCO 08 - 546 - Miami Healthcare System requires the Asbestos Containing Material (ACM) and Lead Based Paint (PBP) Survey:
LI 0001: Collection and analysis of 200-300 bulk samples for asbestos in buildings 1, 7, 8, 9, and 10 and collect 750-1000 bulk paint-chips samples for laboratory analysis. The contractor will also perform all required laboratory tests, and preparation/submission of a final report to the Government.
***Question Submission: Interested offerors must submit any questions, via e-mail, concerning the solicitation prior to 4:30 pm (eastern) August 28, 2014. Questions received after that time may not be considered. ***
Bid MUST be good for 60 calendar days after close.
The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
In addition to any VHA terms, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. technical specifications, etc.) may be requested, pricing shall be entered via e-mail only - verbal pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the awardee may be required to complete the solicitation documents at the time of award.
Except as required by 8.003, or as otherwise provided by law, agencies shall satisfy requirements for supplies and services from or through the sources and publications listed below in descending order of priority -- (1) Supplies. (i) Agency inventories; (ii) Excess from other agencies (see Subpart 8.1); (iii) Federal Prison Industries, Inc. (see Subpart 8.6); (iv) Supplies which are on the Procurement List maintained by the Committee for Purchase From People Who Are Blind or Severely Disabled (see Subpart 8.7); (v) Wholesale supply sources, such as stock programs of the General Services Administration (GSA) (see 41 CFR 101-26.3), the Defense Logistics Agency (see 41 CFR 101-26.6), the Department of Veterans Affairs (see 41 CFR 101-26.704), and military inventory control points; (vi) Mandatory Federal Supply Schedules (see Subpart 8.4); (vii) Optional use Federal Supply Schedules (see Subpart 8.4); and (viii) Commercial sources (including educational and nonprofit institutions).
808.002 Priorities for use of Government supply sources. (a) Supplies. (1) As used in FAR 8.002(a)(1)(i), the term ??agency inventories?? Includes Supply Fund Stock and VA Excess. (2) A national committed use contract awarded by the VA National Acquisition Center has a priority between wholesale supply sources (FAR 8.002(a)(1)(v)) and mandatory Federal Supply Schedules (FAR 8.002(a)(1)(vi)). (3) Federal Supply Schedule contracts awarded by the VA National Acquisition Center in Federal Supply Classification (FSC) Groups 65 and 66 shall be mandatory for use by VA and shall have the same order of priority as mandatory Federal Supply Schedules (FAR 8.002(a)(1)(vi)). VA contracting officers must place orders against Federal Supply Schedules contracts awarded by the VA National Acquisition Center in FSC Groups 65 and 66 in the following descending order of priority: (i) Nationally awarded Blanket Purchase Agreements (BPAs), issued by the VA National Acquisition Center against Federal Supply Schedules. (ii) Multi-VISN, single-VISN, or locally awarded BPAs, issued by VISN, regional, or local VA contracting officers against Federal Supply Schedules. (iii) Federal Supply Schedules without BPAs. (4) Indefinite delivery indefinite quantity (IDIQ) contracts, awarded by VISN, regional, or local facility VA contracting officers, for supplies not covered by national committed use contracts or Federal Supply Schedule contracts shall have an order of priority between optional use Federal Supply Schedules (FAR 8.002(1)(a)(vii)) and commercial sources (including educational and nonprofit institutions) (FAR 8.002(1) (a)(viii)). VA contracting officers must place delivery orders against IDIQ contracts, awarded by VISN, regional, or a local facility contracting officers, for supplies not covered by national committed use contracts or Federal Supply Schedule contracts in the following descending order of priority: (i) VISN or regionally awarded contracts. (ii) Locally awarded contracts.
819.7004 Contracting Order of Priority. In determining the acquisition strategy applicable to an acquisition, the contracting officer shall consider, in the following order of priority, contracting preferences that ensure contracts will be awarded: (a) To SDVOSBs; (b) To VOSB, including but not limited to SDVOSBs; (c) Pursuant to?? (1) Section 8(a) of the Small Business Act (15 U.S.C. 637(a)); or (2) The Historically-Underutilized Business Zone (HUBZone) Program (15 U.S.C. 657a); and (d) Pursuant to any other small business contracting preference.

ROBERT GAMBLE

Robert.Gamble@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP