Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2016 FBO #5200
DOCUMENT

H -- Asbestos Hazard Emergency Response Re-Inspections Waco/Temple TX - Attachment

Notice Date
2/16/2016
 
Notice Type
Attachment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
VA25716Q0278
 
Response Due
2/23/2016
 
Archive Date
4/23/2016
 
Point of Contact
Ben Canales
 
E-Mail Address
benito.canales2@va.gov
(benito.canales2@va.gov)
 
Small Business Set-Aside
N/A
 
Description
a) Content. (1) Action Code. H (2) Date. 2-16-2016 (3) Year. 2016 (4) Contracting Office Zip Code. 78240 (5) Product or Service Code. H399 (6) Contracting Office Address. 5441 Babcock Rd, San Antonio, TX (7) Subject. Asbestos (3 Year) Re-Inspection (8) Proposed Solicitation Number. (9) Closing Response Date. 2-23-2016 (10) Contact Point or Contracting Officer. Ben Canales (11) Contract Award and Solicitation Number. (12) Contract Award Dollar Amount. TBD (13) Contract Line Item Number. 1, Waco TX Inspection, 2. Temple TX Inspection (14) Contract Award Date. 3-1-2016 (15) Contractor. TBD (16) Description. Asbestos Hazard Emergency Response Act ( AHERA) 3 year Re-Inspection (17) Place of Contract Performance. VA-Waco and VA-Temple TX facilties (18) Set-aside Status. Small Business Statement of Work Description of Work: Contractor shall provide all required tools, materials, labor, test equipment, transportation and supervision necessary to provide the AHERA 3 year re-inspection for 51 buildings at Waco and 24 buildings at Temple. Waco: 1, 2, 4, 5, 6, 7, 10, 11, 12, 14, 15, 16, 17, 18, 19, 20, 21, 24, 25, 32, 33, 34, 35, 90, 94, 99, 115, 117, 122, 129, 131, 133, 165, 167, 191, 193, 194, 195, 296, 197, 198, 202, 207, 208, 213, 216, 217, 219, 220, 221, 222 Temple: 44, 45, 46, 47, 52, 53, 55, 56, 57, 58, 59, 60, 61, 62, 63, 99, 146, 147, 154, 158, 163, 163P, T164, 171 The following work is required: 1. AN ACCREDITED ASBESTOS INSPECTOR AND MANAGEMENT PLANNER SHALL REVIEW ALL PRIOR INSPECTIONS AND MANAGEMENT PLAN INFORMATION ON FILE AND COMPARE THE INFORMATION WITH EXISTING CONDITIONS FOR EACH FACILITY. 2. THE MANAGEMENT PLAN SHALL BE REVIEWED FOR COMPLIANCE WITH REQUIREMENTS OF AHERA AND THE TEXAS DEPARTMENT OF STATE HEALTH SERVICE (TDSHS). ANY REQUIRED CORRECTIONS SHALL BE MADE AND NOTED DURING THE REINSPECTION. 3. EACH FACILITY REINSPECTION SHALL BE COMPLETED BY AN ACCREDITED ASBESTOS INSPECTOR. 4. FOR EACH FACILITY, THE INSPECTOR SHALL COMPLETE THE FOLLOWING TASKS: a. VISUALLY REINSPECT AND REASSESS THE CONDITION OF ALL FRIABLE KNOWN OR ASSUMED ASBESTOS CONTAINING BUILDING MATERIALS (ACBM). b. VISUALLY INSPECT MATERIAL PREVIOUSLY CONSIDERED NON-FRIABLE ACBM, AND PHYSICALLY TOUCHTHE MATERIAL TO DETERMINE WHETHER IT HAS BECOME FRIABLE SINCE THE LAST INSPECTION. c. IDENTIFY ANY HOMOGENOUS AREAS WITH MATERIAL THAT HAS BECOME FRIABLE SINCE THE LAST INSPECTION OR REINSPECTION. d. COLLECT BULK SAMPLES FOR ANALYSIS OF NEWLY FRIABLE MATERIAL THAT IS ALREADY ASSUMED(NOT SAMPLED) TO BE ACBM, OR COLLECT ADDITIONAL BULK SAMPLES TO FULLY ASSESS THE SUSPECT MATERIALS. e. VISUALLY INSPECT, SAMPLE, ANALYZE, AND ASSESS THE CONDITIONS OF BUILDING MATERIALS THAT HAVE BEEN ADDED TO THE FACILITY SINCE THE LAST INSPECTION OR REINSPECTION. f. ASSESS THE CONDITION OF THE NEWLY FRIABLE MATERIAL IN AREAS WHERE SAMPLES ARE COLLECTED AND OF NEWLY FRIABLE MATERIAL IN AREAS ASSUMED TO ACBM. g. REASSESS THE CONDITION OF FRIABLE KNOWN OR ASSUMED ACBM PREVIOUSLY IDENTIFIED. h. RECORD ABOVE INFORMATION ON INSPECTION LOGS FOR EACH FACILITY. 5. A MANAGEMENT PLANNER SHALL REVIEW THE ABOVE INFORMATION AND COMPLET THE FOLLOWING REQUIRED FUNCTIONS: a. REVIEW EACH MANAGEMENT PLAN FOR COMPLIANCE WITH AHERA AND TDSHS REGULATIONS AND ENSURE THE PLAN REFLECTS THE CURRENT CONDITIONS. b. REVIEW THE RESULTS OF EACH REINSPECTION AND ASSESSMENT. c. RECOMMEND IN WRITING THE APPROPRIATE RESPONSE ACTIONS. d. SIGN AND DATE THE REVIEW DOCUMENTS, INCLUDE THE ACCREDITATION NUMBER OF INSPECTORS AND PLANNERS, AND SUBMIT A COPY TO THE DESIGNATED PERSON. 6. THE FOLLOWING INFORMATION SHALL BE SUBMITTED TO THE DESIGNATED PERSON UNDER AHERA AND TDSHS, FOR INCLUSION IN THE MANAGEMENT PLAN FOR EACH FACILITY AND OPTIONALLY AT A CENTRAL OFFICE LOCATION: a. THE DATE OF THE INSPECTION, THE NAME AND SIGNATURE OF THE ASBESTOS INSPECTOR(S) PERFOMING THE INSPECTION, STATE OF ACCREDITATION NUMBER, AND ANY CHANGES IN THE CONDITION OF KNOWN OR ASSUMED ACBM. b. THE EXACT LOCATIONS WHERE SAMPLES ARE COLLECTED DURING THE INSPECTION, A DESCRIPTION OF THE MANNER USED TO CHOOSE SAMPLING LOCATIONS, THE NAME AND SIGNATURE OF EACH ASBESTOS INSPECTOR WHO COLLECTED THE SAMPLES, STATE OF ACCREDITATION, AND ACCREDITATION NUMBER. c. ANY ASSESSMENTS OR REASSESSMENTS MADE OF FRIABLE MATERIAL, THE NAME AND SIGNATURE OF THE ASBESTOS INSPECTOR(S) OERFORMING THE ASSESSMENT, STAT OF ACCREDITATION, AND ACCREDITATION NUMBER. Hours of Performance: Work shall occur Monday - Friday during normal duty hours. Check in Requirements: The Contractor must report to the Security Police Desk to obtain a badge and sign in at the Biomedical Engineering Service before work begins. Upon completion of work, the Contractor must report to the Biomedical Engineering Service to sign out and brief the Contracting Officer Representative (COR) of completion and then report to the Security Police Desk to return the badge and sign out. Period of Performance: Period of performance shall be from 3-1-2016 through 6/31/16. Place of Performance: Waco VA, 4800 Memorial Drive, Waco, TX 78711 Temple VA, 1901 S. 1st St, Temple, TX 76504 Contracting Officer Technical Representatives: Prior to contract award, the Contracting Officer shall designate a VA Medical Center employee as the COR. All work coordination shall be made through the COR. The Contractor shall be provided a copy of the letter of delegation authorizing the COR at the commencement of the term of the contract. No other person shall be authorized to act in such capacity unless appointed in writing by the Contracting Officer. Information technology security requirements: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. The contractor shall comply with all Federal laws and regulations the VA has developed when VA sensitive information is accessed, used, stored, generated, transmitted, or exchanged by and between VA and a contractor. The information made available to the contractor by VA for the performance of this contract shall be used only for the purposes of performance under this contract. The certification and accreditation requirements do not apply to this requirement and a security accreditation package is not required. Information Systems Officer, Information Protection: The contractor shall not have access to VA Desktop computers nor shall they have access to online resources belonging to the government while conducting services. Privacy Officer: The contractor shall not have access to Patient Health Information (PHI) nor shall they have the capability of accessing patient information during the services provided to the VA. Safety Requirements: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served to the Contractor or his representative at the work site shall be deemed sufficient for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work, and hold the Contractor in default. Invoicing: Payment to be made monthly in arrears by certified invoices and must contain the contract number in addition to the requirements detailed in 52.212-4 (G) to be considered valid. All invoices shall be submitted to the VA Financial Service Center and emailed to the COTR. All invoices shall reference the purchase order number assigned to the contract. Billing address: VA FSC PO Box 149971 Austin, TX 78714 E.2 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 2014) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: Price: Price was evaluated utilizing the criteria set forth in the RFQ - Lowest Price Technically Acceptable based on the services listed in the SOW Technical: 1.Is Offeror willing to use previous inspection reports from 2009 and 2012 as the basis for the AHERA re-inspection? 2.There are 51 buildings in Waco and 24 buildings in Temple that need to be re-inspected with varying amounts of asbestos in each building. What will your plan of action be to inspect all these buildings? 3.Offeror must submit proof of training and state certification to Contracting Officers Representative (COR) and submit with proposal. 4.Offeror must provide all OSHA and/or TDSHS inspections and/or citations from the last three years and submit with proposal. Past Performance: Offeror must provide 3 relevant past/current performance of this size and scope. Offeror must provide names and phone numbers from their last 3 AHERA inspection jobs. Technical and past performance, when combined, is Equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) Technical: The following spreadsheet will be used to evaluate technical performance responses applicable to this procurement. Technical Yes No Comment 1.1. Is Offeror willing to use previous inspection reports from 2009 and 2012 as the basis for the AHERA re-inspection? 2Exceptional Satisfactory Unsatisfactory Comment 32. There are 51 buildings in Waco and 24 buildings in Temple that need to be re-inspected with varying amounts of asbestos in each building. What will your plan of action be to inspect all these buildings? 3.Offeror must submit proof of training and state certification to Contracting Officers Representative (COR) and submit with proposal. 4. Consultant must provide all OSHA and/or TDSHS inspections and/or citations from the last three years and submit with proposal. (e) Overall Ratings: oACCEPTABLE: All technical requirements of the criterion are met. oUNACCEPTABLE: The offeror's proposal fails to include enough information to determine that the acceptability of the requirements has been met. OR: As evidenced by the offeror's proposal, the offeror has not supported accreditation and certificate of licensure; or staffing/contract personnel; of facility (f) Past Performance: Offeror must provide 3 relevant past/current performance of this size and scope. Offeror must provide names and phone numbers from their last 3 AHERA inspection jobs. (g) Overall Ratings: oACCEPTABLE: Provided 3 relevant past/current performance of this size and scope and provided names and phone numbers from their last 3 AHERA inspection confirming acceptable performance. oUNACCEPTABLE: The offeror's proposal fails to include enough information to determine that the acceptability of the requirements has been met. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25716Q0278/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-16-Q-0278 VA257-16-Q-0278_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2560980&FileName=VA257-16-Q-0278-009.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2560980&FileName=VA257-16-Q-0278-009.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04020906-W 20160218/160216234543-c7949f48abf09c5345191b7fbd7a5cf1 (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.