Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
DOCUMENT

S -- DECONTAMINATION SERVICE PHILADELPHIA VAMC - Attachment

Notice Date
5/15/2018
 
Notice Type
Attachment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;135 East 38th Street;Erie PA, 16504
 
ZIP Code
16504
 
Solicitation Number
36C24418Q0561
 
Response Due
5/22/2018
 
Archive Date
5/27/2018
 
Point of Contact
Donald Butler
 
E-Mail Address
0-2863<br
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation for Commercial Items Page 1 of 5 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24418Q0531 Posted Date: 5/15/2018 Original Response Date: 5/15/2018 Current Response Date: 5/22/2018 Product or Service Code: S216 Set Aside (SDVOSB/VOSB): Small Business NAICS Code: 562910 Contracting Office Address: Erie VAMC 135 East 38th Street Erie PA, 16504 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 562910, with a small business size standard of $20.5 Million. The Philadelphia VAMC is seeking to purchase Post Construction Bio decontamination Service. All interested companies shall provide quotation(s) for the following: Line Item Description Quantity Unit Unit Price Total Price 0001 Room bio-decontamination service - for newly renovated animal research facility located in the basement of medical research facility bldg. 21 the service provider will provide hydrogen peroxide vapor.( IAW SOW) 1 JB Services: Statement of Work (SOW) Post Construction Bio decontamination Service Background The newly renovated Animal Research Facility located in building 21 of the Corporal Michael J. Crescenz VA Medical Center (CMCVAMC) is complete and is now in the final stage of preparation for the beginning of operations. Whether this is a new laboratory research facility or the renovation of an existing facility such as in this case, a sound commissioning process is vital to the start-up success. The commissioning or decontamination process ensures that the facility and equipment within the facility are ready for occupancy and use. Additionally, the decontamination of a new facility ensures compliance with federal, state, and local requirements. Part of the process includes a post-construction bio decontamination of the facility to ensure the safe integration of workers and animals into the new space. Scope The service provider will provide hydrogen peroxide vapor in order to bio decontaminate all rooms and corridors located in the basement of building 21 of the CMCVAMC and, 5 rooms on the 1st floor of building 21. This includes all equipment located inside the rooms and corridors such as lab equipment, computers, microscopes, tables, storage racks/cabinets. Bio decontamination specialists will prepare the area and deploy equipment and upon completion of the decontamination process will be responsible for cleanup of all packing materials, crates, or other debris used for transporting/setting up of equipment. The service provider will submit a 24 hour confirmation report and a final report within 1 week following the confirmation report after the decontamination process is completed. The report will outline the details of the entire process and confirm deactivation of the biological indicators. Prior to commencement of Vaporized Hydrogen Peroxide Bio decontamination Services, a kickoff meeting between representatives of the service provider should meet with representatives from the CMCVAMC research and facility services in order to address the following: Conduct a site survey to address any facility support required Define time schedule for execution and completion of the project. (Service is to be completed within 30 days of the signed contract) Establish daytime access to building 21 of the CMCVAMC Start date: As soon as possible Length of Service: The estimated delivery dates/periods of performance: The decontamination process is estimated to run for a period of 2-5 days. The overall project is estimated to run for a period not to exceed 30 days from the kickoff meeting to the final report. Work Tasks and Deliverables: The work tasks to be conducted by the service provider include: Equipment set-up. Bio decontamination of all rooms and corridors in the basement of building 21 and 5 rooms on the 1st floor of building 21 of the CMCVAMC. Bio decontamination of all equipment, lab equipment, computers, microscopes, tables, storage racks/cabinets, etc., in the above stated areas of the basement and 1st floor. Clean-up of all debris and materials associated with the delivery, set up and decontamination process. Confirmation report within 24 hours and a final report within 7 days upon completion of the decontamination process. The delivery/task order period of performance is 6/1/2018 through 6/30/2018. The decontamination process is estimated to run for a period of 2-5 days. Final report within 7 days upon completion of the decontamination process. The overall project is estimated to run for a period not to exceed 30 days from the Date of Award to the final report. Delivery shall be provided no later than 30 days after receipt of order/award of contract. Delivery terms; FOB destination. The contractor shall deliver line item(s) 0001 to the Philadelphia VAMC. Place of Performance Address: Philadelphia VAMC 3900 Woodland Ave. Philadelphia PA Postal Code: 19104 Country: UNITED STATES Award shall be made to the quoter, whose quotation conforms to the solicitation and will be most advantageous to the Government. The government will evaluate information based on the following evaluation criteria: Price and Past Performance The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [insert date of provision] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [insert date of provision] Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition and the attached clauses and provisions: 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 [insert date of clause] The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit the following: 1 copy of their quote to Donald Butler, Contracting Officer via email, Donald.Butler3@va.gov. This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 11:00am est. on 5/22/2018 through email. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Donald Butler, Contracting Officer at Donald.Butler3@va.gov. Attachment Title 1 Statement of Work 2 Clauses, Provisions, Wage Determination 3 Line Items NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database IAW FAR 52.212-(k). Registration may be done online at: www.acquisition.gov or www.sam.gov. Point of Contact Donald Butler Contracting Officer Donald.Butler3@va.gov 814-860-2863
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q0561/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24418Q0561 36C24418Q0561_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304052&FileName=36C24418Q0561-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304052&FileName=36C24418Q0561-000.docx

 
File Name: 36C24418Q0561 Attachment 3 Line Item.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304053&FileName=36C24418Q0561-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304053&FileName=36C24418Q0561-001.docx

 
File Name: 36C24418Q0561 Attachment 1 SOW for Bio decontamination services.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304054&FileName=36C24418Q0561-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304054&FileName=36C24418Q0561-002.docx

 
File Name: 36C24418Q0561 Attachment 2, Clauses, Provisions, SCA Wadges.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304055&FileName=36C24418Q0561-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304055&FileName=36C24418Q0561-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04923587-W 20180517/180515230937-9a8c954a55f1207d6b197347fb29c8e6 (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  © 1994-2020, Loren Data Corp.