Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
DOCUMENT

H -- Combined Synopsis/Solicitation Professional Industrial (PIH) and Certified Industrial Hygienish (CIH) - Attachment

Notice Date
6/29/2016
 
Notice Type
Attachment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA101Q0172
 
Response Due
7/18/2016
 
Archive Date
9/16/2016
 
Point of Contact
Gerald Brusaw
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
VA101-16-Q-0172 Combined Synopsis/Solicitation Professional Industrial Hygienist (PIH) and Certified Industrial Hygienist (CIH) VAMC Jefferson Barracks Division, St. Louis MO This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, and FAR Part 13, using Simplified Acquisition Procedures. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS (www.fbo.gov). The RFQ number is VA101-16-Q-0172. The solicitation, all applicable clauses and provisions, and the drawings will be posted to FEDBIZOPPS under this notice. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html The NAICS code is 541620 and the Small Business Standard is $15M. The proposed contract is an SDVOSB set-aside. Only proposals from verified SDVOSB concerns under NAICS code 541620 will be accepted. The Department of Veterans Affairs Office of Construction and Facilities Management, requests responses from qualified SDVOSB sources capable of providing the following services which will result in a Firm Fixed Price (FFP) contract to be performed at : VAMC JEFFERSON BARRACKS DIVISION 1 JEFFERSON BARRACKS DRIVE ST LOUIS MO CLIN 1PIH/CIH SERVICES TO MONITOR CONTRACTOR PERFORMANCE OF ASBESTOS AND HAZARDOUS MATERIALS ABATEMENT ACTIVITIES ASSOCIATED WITH CONSTRUCTION OF REHAB BUILDING PROJECT 657-313E: CLIN 1 is defined in general terms as meeting attendance; review of contractor submittals and other documentation; interpretation of data; sampling; testing; air quality monitoring; containment monitoring; enforcement of safe practices; providing recommendations for approval, resolution of conflicts, and acceptance; performing site visits; preparing documentation and reports; performing inspection; ensuring contractor compliance with license, permit, and notification requirements; performing final inspections; issuing certificates of decontamination; and all other activities necessary to protect the interests of the Government as it relates to oversight and monitoring of the contractor's abatement, removal, and disposal of asbestos or asbestos containing materials. CLIN 2(PRE-PRICED OPTION) - PIH/CIH SERVICES TO MONITOR CONTRACTOR PERFORMANCE OF ASBESTOS AND HAZARDOUS MATERIALS ABATEMENT ACTIVITIES ASSOCIATED WITH CONSTRUCTION OF ENGINEERING / WAREHOUSE BUILDING PROJECT 657-313F: CLIN 2 is a Pre-Priced Option defined in general terms as meeting attendance; review of contractor submittals and other documentation; interpretation of data; sampling; testing; air quality monitoring; containment monitoring; enforcement of safe practices; providing recommendations for approval, resolution of conflicts, and acceptance; performing site visits; preparing documentation and reports; performing inspection; ensuring contractor compliance with license, permit, and notification requirements; performing final inspections; issuing certificates of decontamination; and all other activities necessary to protect the interests of the Government as it relates to oversight and monitoring of the contractor's abatement, removal, and disposal of asbestos, asbestos containing materials, lead, lead containing materials, refrigerants, mercury, etc. The Government, solely at its discretion, shall have the option to add these services for the offered price up to 36 months from initial contract award. CLIN 3(PRE-PRICED OPTION) - PIH/CIH SERVICES TO MONITOR CONTRACTOR PERFORMANCE OF ASBESTOS AND HAZARDOUS MATERIALS ABATEMENT ACTIVITIES ASSOCIATED WITH CONSTRUCTION OF SOUTH CAMPUS PARKING PROJECT 657-313H: CLIN 3 is a Pre-Priced Option defined in general terms as meeting attendance; review of contractor submittals and other documentation; interpretation of data; sampling; testing; air quality monitoring; containment monitoring; enforcement of safe practices; providing recommendations for approval, resolution of conflicts, and acceptance; performing site visits; preparing documentation and reports; performing inspection; ensuring contractor compliance with license, permit, and notification requirements; performing final inspections; issuing certificates of decontamination; and all other activities necessary to protect the interests of the Government as it relates to oversight and monitoring of the contractor's abatement, removal, and disposal of asbestos, asbestos containing materials, etc. The Government, solely at its discretion, shall have the option to add these services for the offered price up to 36 months from initial contract award. CLIN 4(PRE-PRICED OPTION) - PIH/CIH SERVICES TO MONITOR CONTRACTOR PERFORMANCE OF ASBESTOS AND HAZARDOUS MATERIALS ABATEMENT ACTIVITIES ASSOCIATED WITH DEMOLITION (OF 9 BUILDINGS) AND SITEWORK (CONSTRUCTION OF PARKING, ROADWAY, LANDSCAPING, ETC) PROJECT 657-313J: CLIN 4 is a Pre-Priced Option defined in general terms as meeting attendance; review of contractor submittals and other documentation; interpretation of data; sampling; testing; air quality monitoring; containment monitoring; enforcement of safe practices; providing recommendations for approval, resolution of conflicts, and acceptance; performing site visits; preparing documentation and reports; performing inspection; ensuring contractor compliance with license, permit, and notification requirements; performing final inspections; issuing certificates of decontamination; and all other activities necessary to protect the interests of the Government as it relates to oversight and monitoring of the contractor's abatement, removal, and disposal of asbestos, asbestos containing materials, lead, lead containing materials, refrigerants, mercury, etc. The Government, solely at its discretion, shall have the option to add these services for the offered price up to 36 months from initial contract award. This announcement will close at 2:00PM CST on Monday, July 18, 2016. Contact Gerald F. Brusaw who can be reached via email Gerald.brusaw@va.gov. Oral communications are not acceptable in response to this notice. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer time to respond. Please submit questions no later than Monday July 11 at 0900 CST to. Award Selection shall be evaluated on a Low Price Technically Acceptable (LPTA) basis: Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable low quote and a determination of responsibility. System for Award Management (SAM). Quote must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA101Q0172/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-Q-0172 VA101-Q-0172_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2841536&FileName=VA101-Q-0172-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2841536&FileName=VA101-Q-0172-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04165675-W 20160701/160629234612-e38fd94bbde3f16d9a87f1e9f60fb713 (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.