Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 01, 2019 SAM #6576
SOLICITATION NOTICE

H -- 36C26220Q0184, SERVICE to PERFORM AST-UST-FST D.O. Inspections-Monitoring

Notice Date
11/29/2019 10:01:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0184
 
Response Due
12/20/2019 8:59:59 PM
 
Archive Date
02/18/2020
 
Point of Contact
NICHOLS, CECIL S.Contracting Officer
 
E-Mail Address
cecil.nichols@va.gov
(cecil.nichols@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 2 of 2This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures, specifically FAR 13.5 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation is attached to this announcement. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2020-01, dated November 12, 2019.Solicitation # 36C26220Q0184 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award from this solicitation.The North American Industry Classification System (NAICS) Code is 541350 and the Small Business Administration s (SBA) size standard is $8 million for this procurement. This procurement will be issued as a 100% total set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB), see FAR Clauses 52.219-27 and 52.219-14, and VAAR Clauses 852.219-10 and 852.219-74. The Government is seeking a Contractor to provide all equipment, expertise, incidentals, labor, materials, paper forms, 3-ring binders, supervision, supplies, transportation, and qualified personnel required for the Designated Operator (D.O.) inspections-monitoring of Government owned Aboveground Storage Tanks (ASTs), Underground Storage Tanks (USTs), and Fuel Storage Tanks (FSTs); annual compliance inspection; monitoring system certifications (i.e. Veeder Root); vapor recovery tests; and troubleshooting the Veeder Root tank monitoring and leak detection systems (and similar detection systems) in accordance / compliance with current code(s), directives, regulations, and industry standards at/for the VA Greater Los Angeles Healthcare System (VAGLAHCS). NOTE: SB 989 triennial testing and any identified repairs will be corrected by/through a SEPARATE contract vehicle.Places of Performance: VA West Los Angeles Healthcare System (WLA), 11301 Wilshire Blvd, Los Angeles, CA 90073; VA Sepulveda Ambulatory Care Center (SACC), 16111 Plummer Street, Los Angeles, CA 91343; and VA Los Angeles Ambulatory Care Center (LAACC), 351 East Temple Street, Los Angeles, CA 90012. Period of Performance: 365 calendar day Base Year with up to Four (4) Option Years.Provisions / Clauses: The following provisions / clauses: 52.212-1, Instructions to Offerors Commercial, 52.212-2, Evaluation Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items are applicable to this acquisition.Site Visit: Attendance is NOT mandatory, but highly encouraged so offeror(s) can inspect the site(s) where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent the information is reasonably obtainable. This will be the only site visit provided by the Government. Offerors shall be responsible and shall not be reimbursed by the Government for any costs or travel expenses incurred related to the site visit.A site visit is scheduled for Thursday, December 5, 2019 at 10:15AM Pacific local. All interested parties will meet at VA Greater Los Angeles Healthcare System located at 11301 Wilshire Blvd, Los Angeles, CA 90073. Interested parties will meet with Robert Dalley and Joseph Olson, Contracting Officer Representatives (CORs) at Building 218, Room 320 as they will be hosting the site visit. Parking is limited and it is suggested interested parties who plan to attend plan accordingly. Interested parties should sign-up in advance to attend the site visit by notifying the Contract Specialist Cecil S. Nichols via email at cecil.nichols@va.gov no later than 2:00PM Pacific local on December 3, 2019. The email must include the following:Subject of email: RFQ # 36C26220Q0184 VAGLAHCS AST-UST-FST D.O. Inspections-Monitoring Site Visit RequestBody of email:Company Name;Point of Contact, phone number and email address; andList of all attendeesBasis of Award: Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The Government s intent is to award without discussions. Lowest price and special standards of responsibility are the only factors that will be used to evaluate offers (see FAR Provision 52.212-2). Award will be made to the lowest priced offer that is determined to be reasonable. After making selection of the presumptive offeror, the Contracting Officer will determine if the selected offeror is responsible. In addition to the General Standard of Responsibility found in FAR 9.104-1 and in accordance with FAR 9.104-2, the following Special Standard of Responsibility applies to this procurement: Specialized requirement: Designated Operator shall possess a current California UST Operator certificate issued by the International Code Council (ICC). Certification must be submitted along with quote.SCAQMD Rule 461 authorized tester certification must be submitted along with quote.California Business License and Contractors State License Board (CSLB) license must be submitted along with quote. Contractor and/or contractor s employee(s) performing on this contract shall be a Certified and Licensed California UST Service Technician with a current Tank Testers License credentials. Certification must be submitted along with the quote.Contractor and/or contractor s employee(s) performing on this contract shall be a Certified and Licensed Veeder Root Technician. Certification must be submitted along with the quote.Submitting Offer: Offeror(s) are reminded to thoroughly review the solicitation in its entirety and submit their offer using the B.7 Solicitation Price/Cost Schedule . Offeror is advised the Government may be unable to receive other types of electronic files (e.g. compressed or zip files) or files larger than ten (10) megabytes (MB). It is the offeror s responsibility to ensure all required documents are included and completed as required by this solicitation. Offeror(s) shall submit their quotes to Cecil S. Nichols via email at cecil.nichols@va.gov. Ensure to reference solicitation # RFQ # 36C26220Q0184 VAGLAHCS AST-UST-FST D.O. Inspections-Monitoring in the subject line of the email. Submission Deadline: All offer(s) shall be received by Thursday, December 20, 2019 by 11:00AM Pacific local. Offer(s) received after the prescribed deadline may be considered non-responsive and may not be considered for award.Questions or Inquiries: Requests for Information shall be submitted by email NLT 10:00AM Pacific local time Monday, December 9, 2019 to Cecil S. Nichols at cecil.nichols@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/148f012c9fd6484299b7b1fcfec73835/view)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;VA GREATER LOS ANGELES HEALTHCARE SYSTEM;11301 Wilshire Blvd;Los Angeles, CA 90073-1003, USA
Zip Code: 90073-1003
Country: USA
 
Record
SN05505301-F 20191201/191204043902 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.