Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

F -- Abatement of Damaged Friable Asbestos-Containing Materials (ACM) at the USCG Housing Units in North Kingstown, RI

Notice Date
2/27/2020 6:35:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
R1 ACQ MANAGEMENT DIVISION BOSTON MA 02222 USA
 
ZIP Code
02222
 
Solicitation Number
47PB0020Q0001
 
Response Due
3/6/2020 1:00:00 PM
 
Archive Date
01/01/2021
 
Point of Contact
David Mark, Phone: 6175319092, Huy D. Le, Phone: 6175655803
 
E-Mail Address
david.mark@gsa.gov, huy.le@gsa.gov
(david.mark@gsa.gov, huy.le@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION (Amendment A0001, 02/26/2019) (Changes in italics) PLEASE NOTE THAT AMENDMENT A0001 AND UPDATED ATTACHMENT 1 FOR DAVIS BACON WAGE RATES ARE ATTACHED WITH THIS NOTICE SOLICITATION NUMBER: 47PB0020Q0001, USCG N. Kingstown, RI Asbestos Abatement Services� �GSA DIVISION: R1 Real Property Utilization & Disposal Division (1PZ) DECRIPTION OF SERVICES: Abatement�of�Damaged Friable Asbestos-Containing�Materials (ACM) at the USCG Housing Units in North Kingstown, RI� LOCATION OF SERVICES:� 216, 264, and 296 Signal Road, North Kingstown, RI 02852.� (GSA #RI-0524-AA).� PERIOD OF PERFORMANCE: 90 Days POINTS OF CONTACT David Mark, Contract Specialist U.S. General Services Administration (GSA) T.P. O�Neill Federal Office Building 10 Causeway Street, Room 1100 Phone: 617-531-9092 E-mail: david.mark@gsa.gov Huy Le, Contracting Officer U.S. General Services Administration (GSA) T.P. O�Neill Federal Office Building 10 Causeway Street, Room 1100 Phone: 617-780-9672 E-mail: huy.le@gsa.gov QUOTATION DUE DATE & TIME:� Friday, March 6, 2020 � 4:00 P.M. Eastern Time PRE-SOLICITIATON QUESTIONS:� Offerors may submit questions regarding the solicitation via email to GSA Contracting Officer (CO) Huy Le and GSA Contract Specialist (CS) David Mark� no later than Friday, February 21, 2020 � 4:00 P.M. Eastern Time. GSA will provide all Offerors the unattributed list of all questions and answers. Offerors shall reference page # and paragraph # along with questions / clarifications requested. Only questions submitted by email will be answered. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. � � � �2. The solicitation number is 47PB0020Q0001 and is issued as a Request for Quotation (RFQ). � � � �3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04/01-15-2020.� Davis-Bacon Wage Rates, General Decision Number: RI20200001 01/24/2020 is applicable and is attached (ATTACHMENT 1). � � � �4. This acquisition is issued as a 100% set-aside for small business. The associated NAICS code is 562910, Environmental Remediation Services, and the small business size standard is 750 employees. � � � �5. This acquisition includes three Contract Line Items: � � � � � �CLIN 0001: ACM Abatement at 216 Signal Road � � � � � �CLIN 0002: ACM Abatement at 264 Signal Road � � � � � � CLIN 0003: ACM Abatement at 296 Signal Road � � � 6. Description/Statement of Work/Specification ����������� (SEE ATTACHED STATEMENT OF WORK (ATTACHMENT 2)) � � � �7. Contractor has 90 days from award to complete project.� FOB: Destination � � � �8. FAR Provision 52.212-1, Instructions to Offerors�Commercial, is incorporated into this solicitation by reference subject to the modifications shown below (OFFEROR IS HIGHLY ENCOURAGED TO READ FAR 52.212-1 IN ITS ENTIRETY AS THE UNCHANGED PORTIONS OF THE PROVISION ARE NOT SHOWN BELOW): �� ������(b)�Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. The Offeror�s quotation shall include the following information: the solicitation number; the time specified in the solicitation for receipt of offers; and the name, address, and telephone number of the offeror. Offers may be submitted on letterhead stationery or as otherwise specified in the solicitation. The offeror�s Quotation shall be submitted in the following format:����������� Part 1: Technical Approach � Provide a detailed narrative describing the technical approach and the methods to be utilized in accomplishing the required tasks under this solicitation. Offerors are encouraged to include a work plan and schedule of requirements and deliverables. Encapsulation is the Government-preferred method as long as it can be done in accordance with Rhode Island regulations and is more cost-effective than removal. Part 2: Past Experience and Performance � The offeror shall provide at least three (3) specific examples of projects completed within the last three years that are similar in size, scope and complexity to the required scope conducted by the Key Personnel listed in Part 2 of RFQ. Include a discussion/explanation of each project and its outcome(s), including the approach utilized by, and highlighting the efforts and responsibilities of, the Key Personnel.� Offeror shall also provide References� name, company contact name, phone number, email address and address. GSA may contact all references. Part 3: Key Personnel � The offeror shall provide a short narrative of the proposed project team, describing each person�s role. Include a simple organization chart; resumes/qualification for all Key Personnel that will contribute to the project directly, and provide a single point of contact / Project Manager. The Project Manager shall be considered as Key Personnel.� Contractor�s personnel must be trained and certified by applicable authorities to provide asbestos abatement services in the state of Rhode Island. Contractor must demonstrate a working knowledge of the laws, regulations, and policies governing the removal and disposal of friable ACM in accordance with applicable requirement of 29 CFR 1910. The Offeror shall utilize only the Key Personnel identified in this Part of the Offeror's quotation to perform the primary services required under the resulting contract. It is understood that other work may be provided by employees that are not Key Personnel. No Key Personnel substitutions shall be made without prior written approval of the Contracting Officer. In the event Key Personnel named in the quotation are unable to perform, the Offeror shall promptly submit to the Contracting Officer a written detailed explanation of the circumstances necessitating a substitution, including all necessary information on the qualifications of the proposed substitute. Part 4: Price � a detailed price proposal that includes proposed personnel, labor rates and rate categories, travel, and other direct costs to complete the required tasks and provide the deliverables as outlined in the SOW. The price shall be broken down into the three CLINs described in Paragraph 5 above. Travel and ODCs (if any) shall be a separate line item.����In the price section, include the following:����� i) Acknowledgment of Solicitation Amendments; ii) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. c)�Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. �(End of provision) � 9.� FAR Provision 52.212-2, Evaluation-Commercial Items, is incorporated into this solicitation by reference subject to the modifications shown below (OFFEROR IS HIGHLY ENCOURAGED TO READ FAR 52.212-2 IN ITS ENTIRETY AS THE UNCHANGED PORTIONS OF THE PROVISION ARE NOT SHOWN BELOW): (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: �������1) Technical Approach ������ 2) Past Experience and Performance ������ 3) Key Personnel �������4) Price �Technical Approach, Past Experience and Performance and Key Personnel, when combined, are approximately equal to price. � ��������������������������������������������������������������������� (End of provision) � � � �10.� �Offerors are required to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications�Commercial Items (DEC 20149), with their offer. Offerors may complete FAR 52.212-3 online at SAM: https://www.sam.gov/SAM/.� An offeror must state in their offer if they completed FAR 52.212-3 online and that is it up-to-date and valid. � � � 11. FAR Clause 52.212-4, Contract Terms and Conditions�Commercial Items (MAY 2014), is incorporated into this solicitation by reference (OFFEROR IS HIGHLY ENCOURAGED TO READ FAR 52.212-4 IN ITS ENTIRETY AS THE CLAUSE IS NOT SHOWN BELOW). � � � 12. FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items (JAN 2020) is incorporated into this solicitation by reference subject to the modifications shown below (OFFEROR IS HIGHLY ENCOURAGED TO READ FAR 52.212-5 IN ITS ENTIRETY AS THE UNCHANGED PORTIONS OF THE CLAUSE ARE NOT SHOWN BELOW): ������(b)�The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ������������52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct�2018) (Pub. L. 109-282) (31�U.S.C.�6101�note). ������������52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct�2015) (31�U.S.C.�6101 note). ���������� 52.219-6, Notice of Total Small Business Set-Aside (Nov�2011) (15�U.S.C.644).������������ ���������� 52.219-14, Limitations on Subcontracting (Jan�2017) (15�U.S.C.637(a)(14)). ���������� 52.219-28, Post Award Small Business Program Rerepresentation (Jul�2013) (15�U.S.C.�632(a)(2)). ������������52.222-3, Convict Labor (June�2003) (E.O.11755). ������������52.222-21, Prohibition of Segregated Facilities (Apr�2015). ����������� 52.222-26, Equal Opportunity (Sept�2016) (E.O.11246). ����������� 52.222-36, Equal Opportunity for Workers with Disabilities (Jul�2014) (29�U.S.C.793). ���������� 52.222-50, Combating Trafficking in Persons (Jan�2019) (22�U.S.C.�chapter�78�and E.O. 13627). ��������� 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). �����������52.223-21, Foams (Jun�2016) (E.O. 13693). �����������52.225-13, Restrictions on Certain Foreign Purchases (June�2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). �����������52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct�2018) (31�U.S.C.�3332). ���(c)�The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ������������� 52.222-55, Minimum Wages Under Executive Order 13658 (Dec�2015). ������������� 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan�2017) (E.O. 13706). �(End of clause) � �13. The following additional FAR Clauses apply to this solicitation and are incorporated by reference: � � � � � � � 52.222-6, Construction Wage Rate Requirements (AUG 2018). � � � � �� �52.222-7, Withholding of Funds (MAY 2014). � � � � � � 52.222-8, Payrolls and Basic Records (AUG 2018). � � � � � � 52.222-9, Apprentices and Trainees (JULY 2005). � � � � � � 52.222-10, Compliance with Copeland Act Requirements (FEB 1988). � � � � � � 52.222-11, Subcontracts (Labor Standards) (MAY 2014). � � � � � � 52.222-12, Contract Termination-Debarment (MAY 2014). � � � � � � 52.222-13, Compliance with Construction Wage Rate Requirements and Related Regulations (MAY 2014). � � � � � � 52.222-14, Disputes Concerning Labor Standards (FEB 1988). �� � � � � � 52.222-15, Certification of Eligibility (MAY 2014). � � � � � � �52.236-5, Material and Workmanship (Apr 1984) � � � � � � �52.236-7, Permits and Responsibilities (Nov 1991) � � � � � � �52.242-14, Suspension of Work (Apr 1984) �FAR Clause 52.211-10, Commencement, Prosecution, and Completion of Work (Apr 1984) is included in its entirety: The Contractor shall be required to (a) commence work under this contract within seven (7) calendar days after the date the Contractor receives contract award, (b) prosecute the work diligently in accordance with the schedule shown in the Statement of Work, and (c) complete the entire work ready for use not later than 90 days after Notice to Proceed. The time stated for completion shall include final cleanup of the premises. (End of clause) FAR Clause 52.228-13, Alternative Payment Protections (July 2000) is included in its entirety and applies if the contract award amount is greater than $35,000.00: � � � �(a) The Contractor shall submit one of the following payment protections: � � � � � � � � (i)A payment bond. � � � � � � � � (ii)An irrevocable letter of credit (ILC). � � � �(b) The amount of the payment protection shall be 100 percent of the contract price. � � � � (c) The submission of the payment protection is required within 14 calendar days of contract award. � � � � �(d) The payment protection shall provide protection for the full contract performance period plus a one-year period. � � � � � (e) Except for escrow agreements and payment bonds, which provide their own protection procedures, the Contracting Officer is authorized to access funds under the payment protection when it has been alleged in writing by a supplier of labor or material that a nonpayment has occurred, and to withhold such funds pending resolution by administrative or judicial proceedings or mutual agreement of the parties. � � � � � (f) When a tripartite escrow agreement is used, the Contractor shall utilize only suppliers of labor and material that signed the escrow agreement. � � �(End of clause) � �14. Offers are due by Friday, March 6, 2020, 04:00 P.M. Eastern Time. � � 15. Submit offers to the following e-mail addresses by the offer due date and time: � � � � � � �e-mail to david.mark@gsa.gov and huy.le@gsa.gov . � � �16. Any and all questions regarding this solicitation shall be submitted in writing to david.mark@gsa.gov �and huy.le@gsa.gov no later than Friday, February 21, 2020, 04:00 P.M. Eastern Time. � � � 17. A site visit will be held on Thursday, February 20, 2020, 10:30 A.M. Eastern Time. To register for the site visit email david.mark@gsa.gov and huy.le@gsa.gov no later than Wednesday, February 19, 2020, 11:30 A.M. Eastern Time. ATTACHMENTS (3): ����������������������������������� UPDATED ATT 1: Davis Bacon Wage Rates (02/21/2020) ����������������������������������� ATT 2: Statement of Work (02/03/2020) ����������������������������������� ATT 3:� Asbestos Investigation Report (12/19/2019)* ����������������������������������� ATT 4:� Amendment A0001 (02/26/2020) � � � � � � � � � � � � � *Send email to david.mark@gsa.gov for Attachment 3.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/71b1ab3398a54e2da3617611adb88e88/view)
 
Place of Performance
Address: North Kingstown, RI 02852, USA
Zip Code: 02852
Country: USA
 
Record
SN05574133-F 20200229/200227230138 (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  © 1994-2020, Loren Data Corp.