Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
DOCUMENT

F -- Cross connection and backflow survey - Attachment

Notice Date
9/23/2011
 
Notice Type
Attachment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Veterans Affairs;North Texas Veterans Health Care Center;South 17 Network Contracting Activity;4700 Merton Minter Blvd;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
VA25711RQ0705
 
Response Due
9/28/2011
 
Archive Date
9/28/2011
 
Point of Contact
Chanel Colbert
 
E-Mail Address
7-0824<br
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for services 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; quotes are being requested and a written solicitation will not be issued. This requirement is issued as a request for quote (VA-257-11-RQ-0705). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Register and the Veterans Administration Acquisition Regulation (VAAR). It is the contractor's responsibility to become familiar with applicable clauses and provisions. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 15 April 2011. The government intends to award a firm fixed price contract subject to the provisions and clauses listed in the formal VA solicitation format following. The date, time and request for quote offers are due by: 12:00 P.M. local time on 28 Sept, 2011 to Chanel.Colbert@va.gov or call me at 214-857-0824. The South Texas Veterans Healthcare System located in San Antonio Tx Is Requesting the Following Items: Cross Connection and Backflow Surveys. Period of coverage is 1 October 2011 through 30 December 2011. Task 1: The contractor shall prepare a work plan for COTR review and approval outlining the proposed approach to accomplish the tasks outlined in this Statement of Work, proposed schedules, and anticipated costs (time, materials) for major tasks. The job shall be completed within 90 days of contract award. Task 2: The contractor shall review system plumbing drawings and meet with STVHCS water system maintenance and operations personnel to identify potential or actual drinking water system hazards that exist in each system. The contractor shall review any existing controls in the system and documentation maintained for each control. The contractor shall inspect all facility drinking water plumbing to identify additional potential or actual hazards and controls that have not yet been identified. Task 3: The contractor shall prepare a report for each of the facilities outlining all actual or potential hazards, required controls for each hazard, the current state of control for each hazard (including documentation), and steps required to bring any identified discrepancies into compliance with 30 TAC 290.44(h) and applicable local plumbing ordinances. Task 4: The contractor shall prepare a standard operating procedure for each facility that describes the requirements, responsibilities, and procedures for all personnel involved with drinking water system maintenance and operations necessary to comply with 30 TAC 290.44(h) and applicable local plumbing ordinances. The contractor shall prepare the standard operating procedures in a format consistent with STVHCS Engineering Standard Operating Procedures. - FACILITY LAYOUT/SIZE The square footage for Audie L. Murphy main building is 911,918 square feet. The square footage for Kerrville is 237,550 (Bldg 11 & 96). - COSTS Cost estimate will be given for each facility independently. The government reserves the right to select one or both facilities for this contract based on available funding. The evaluation criteria that you will be evaluated against is as follows: The successful offeror must possess the necessary technical expertise and resources required by this solicitation in order to be considered for contract award. Offerors must submit proof of training and federal or state licensure for individuals who will conduct drinking water system inspections under this contract. Offerors must list three examples of facility backflow and cross connection inspections the offeror has conducted within the past 5 years. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in Far 15.306(a)). Clauses may be accessed electronically in full text through http://farsite.hill.af.mil Contractors must be actively registered with the Central Contractor Registration (CCR at http://www.ccr.gov at VetBiz website at http://www.vetbiz.gov and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov FAR 52.204-7, Central Contractor Registration, FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price and technically acceptable of all item "all or none". FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set Aside, FAR 52.219-28, Post Award Small Business Representation (if applicable, FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (Services Only) FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), VAAR 804.1102 -Vendor Information Pages (VIP) Database, VAAR 852.203-70, Commercial Advertising, VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. VAAR 852.233-70, Protest Content/alternative dispute resolution, VAAR 852.233-71, Alternate protest procedure, VAAR 852.236-89, Buy American Act, VAAR 852.237-70, Contractor Responsibilities, VAAR 852.246-70, Guarantee, VAAR 852.246-71, Inspection VAAR 852.273-76, Electronic Invoice Submission, VAAR 852-273-74, Award without exchanges.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/VA25711RQ0705/listing.html)
 
Document(s)
Attachment
 
File Name: VA-257-11-RQ-0705 VA-257-11-RQ-0705_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=261966&FileName=VA-257-11-RQ-0705-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=261966&FileName=VA-257-11-RQ-0705-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;North Texas Veterans Health Care Center;South 17 Network Contracting Activity;4700 Merton Minter Blvd;San Antonio TX 78229
Zip Code: 75228
 
Record
SN02589846-W 20110925/110923235053-e186ebe941fd2581655f4bbd80af5a9d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.