SOLICITATION NOTICE
R -- AR0063 Asbestos Abatement Oversight, Little Rock, AR - Statement of Work
- Notice Date
- 4/9/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
- ZIP Code
- 20857
- Solicitation Number
- PSC_32764
- Archive Date
- 4/14/2010
- Point of Contact
- Cassandra Ellis, Phone: 3014434919
- E-Mail Address
-
Cassandra.Ellis@psc.hhs.gov
(Cassandra.Ellis@psc.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is PSC_32764 and it is issued as request for proposal (RFP). Please view attachments This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The corresponding NAICS code is 541620 and the small business size standard is $7 million. Description of the Service The Project Monitor shall be responsible for, but not limited to, the following: The Contractor shall provide professional, administrative and technical services in support of the FOH mission in delivery of environmental health and safety services to the GSA. The overall requirement is to provide the support required to achieve the desired degree of responsiveness essential to accommodate workload demands. The contractor shall perform all services on-site on an almost full-time basis. Delivery of 420 direct productive service hours is required. All work activities shall be performed by the contractor under the direction of the COTR, who shall provide guidance as to priorities and day to day tasking. All work performed by the contractor shall be in the capacity of support services and technical assistance to FOH. In no case will the contractor be authorized to perform inherently governmental functions. A project design for the removal and stabilization of the asbestos containing plaster has been previously developed. Approximately 760 windows have shown signs of plaster cracking and approximately 200 square feet of moisture damaged asbestos containing plaster around the 760 windows present on floors 2-7 are specified for removal and stabilization during this project. This project design will be the basis for all window abatement work to be performed and will be followed strictly. Remediation activities will be overseen, strictly monitored and enforced by the onsite contractor in accordance to the project design. The contract project monitor will provide oversight to make certain all regulatory requirements are met and in particular to ensure the abatement is carried out in a manner that will protect the health, safety and work environmental of building tenants at all times. The project is expected to extend over 12 weekends. Period of Performance The period of performance is a based period of approximately 6 months. Base Period: April 15, 2010 through September 30, 2011 Place of Performance The place of performance for this contract is: GSA Federal Building 700 Capitol Little Rock, AR The provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2 is not applicable. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforms to the exact Project Monitor Services listed above and is the lowest price. Interested firms may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent to award is not a request for competitive proposals. However, all proposals received by the closing date, April 13, 2010, will be considered by the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer or acknowledge its listing in Online Representations and Certifications Application (ORCA). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2010), applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (a)(1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (Applies to all contracts); (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (20) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126); (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); (26) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.); (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b); (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423).; (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). This acquisition is conducted under the authority of 41 U.S.C. 253(c)(1) as set forth in FAR 6.302-1(c), only one responsible source and no other supplies or services will satisfy agency requirements. Loflin Environmental Services W. Joseph Loflin 2020 Montrose Houston, TX 77006 Interest offerors must submit capability statement and/or proposal NO LATER THAN 12:00 PM EASTERN TIME APRIL 13, 2010 VIA electronic copy to Cassandra.Ellis@psc.hhs.gov. Each response should include the following Business Information: a.DUNS; b.Company Name; c.Company Address; d.Current GSA Schedules appropriate to this Award, If applicable; e.Do you have a Government approved accounting system? If so, please identify the agency that approved the system; f.Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must register on the CCR located at http://www.ccr.gov/index.asp; g.Company Point of Contact, Phone and Email address. Please contact Cassandra Ellis, Contract Specialist, 301.443.4919, regarding this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/PSC_32764/listing.html)
- Place of Performance
- Address: GSA Federal Building, 700 Capitol, Little Rock, Arkansas, United States
- Record
- SN02117529-W 20100411/100409234528-c5f10891879c87da245d6b5b8a6eb225 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |