Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOLICITATION NOTICE

Z -- 6923G223Q000010 LEAD ABATEMENT

Notice Date
6/27/2023 3:29:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
6923G2 DOT MARITIME ADMINISTRATION KINGS POINT NY 11024 USA
 
ZIP Code
11024
 
Solicitation Number
6923G223Q000010
 
Response Due
7/12/2023 6:00:00 AM
 
Archive Date
07/27/2023
 
Point of Contact
Carmen I. Feliz, Phone: 5167266149, Amit S. Narine, Phone: 5167266032
 
E-Mail Address
felizc@usmma.edu, NarineA@usmma.edu
(felizc@usmma.edu, NarineA@usmma.edu)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for �Lead Paint removal/Abatement services of Patten Hall, Wiley Hall and Memorial Museum� for The United State Merchant Marine Academy (USMMA) located at 300 Steamboat Rd, Kings Point, New York. This is a combined synopsis/solicitation for commercial items that will result in a firm fixed priced contract prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement �6923G223Q000010� constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective January 19, 2017. It for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate Request for Quote (RFQ) will not be issued. The solicitation (6923G223Q000010) is being issued as a Request for Quotation (RFQ). This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). All responsible sources may submit a quote. The combined synopsis/solicitation will result in a firm, fixed-price purchase order. Offerors are advised that they are responsible for obtaining ALL quotation documents and acknowledging any amendments, and should re-visit this website periodically to check for any changes to this notice, updates, or amendments without further notice from the USMMA. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the USMMA will provide no hard copies. The solicitation, consisting of various documents, specifications, forms, and/or drawings will only be available for download at no charge under Contract Opportunities website via SAM.gov (https://sam.gov/content/opportunities). Further details of all dates and events, including site visit and bid response due date, will be available in the solicitation. No other site shall be used to obtain these documents. This requirement is a total set-aside for small business. Offers received from firms that are not small business concerns shall be considered non-responsive and will be rejected (in accordance with FAR 52.219-6, Notice of Total Small Business Aside (Nov 2020) (15 U.S.C. 644) which applies to this solicitation). All responsible small business sources may submit a response which, if timely received, will be considered by the agency. The associated North American Industrial Classification System (NAICS) code for this procurement is �562910 Remediation Services-Environmental Remediation Services with a small business standard of 750 WAGE DETERMINATION APPLICABLE TO THIS REQUIREMENT IS: Service Contract Act WD # 2015-4157 and is available online at the following address: https://sam.gov/wage-determination/2015-4157/21 A Single Firm Fixed Price Award will be made to the responsible quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest price, technically acceptable (LPTA) quote. The Government will evaluate offers for award purposes based on an acceptable/unacceptable basis to determine if the quoter meets the requirements described in the requirement and past performance of similar size, scope and complexity. Statement of Work (SOW) Patten Hall, Wiley Hall and Memorial Museum Lead Paint Removal / Abatement 1. Description of Services United States Merchant Marine Academy (USMMA) is requesting a lead abatement project at Patten Hall and Memorial Museum on the USMMA campus. Although these buildings are not covered by the Housing Urban Department (HUD) lead regulations or the Environmental Protection Agency (EPA) � Renovation Repair and Painting Rule (RRP), this work will be conducted in full compliance with these requirements. Therefore, USMMA is requiring a New York and/or Environmental Protection Agency (EPA) qualified and licensed lead abatement contractor to provide all management, tools, supplies, equipment and labor necessary to accomplish a lead abatement including walls, doors and ceiling plaster removal in the following locations; Patten Hall 1st Floor Dental 1 Examination Room Entrance, Dental 1 Examination Room, Museum Office 2nd Floor 2-12, Museum 3rd Floor Bedrooms 5, 6, 7, 9, 10, Museum 3rd Floor Bathroom 3-6, Wiley Hall 2nd Floor Small Corridor. Images are depicted below as reference in Item List #4, Images of Area of Concern. 2. General Requirements a. Abatement and disposal shall be in accordance with all federal, state and local laws and regulations including but not limited to requirements established by the OSHA, HUD, EPA RRP rule. b. Contractor (and subcontractors), if required, shall possess all required licenses and/or certificates, including but not limited to the RRP and abatement certification. Before the commencement of the project the contractors must have completed the RRP course and be registered with the EPA and be licensed as a lead abatement contractor through either New York or EPA. c. The contractor shall submit a �Occupant Protection Plan� to the USMMA�s the Public Safety Department, and MARAD. d. The designated work area(s) must be sealed from neighboring occupied areas of the building with the appropriate barriers (i.e., plastic) and hazard notifications (warning signs) per federal, state and local laws and regulations throughout the duration of the project until final clearance has been achieved. e. All work must be completed using wet methods per federal, state and local laws and regulations. f. Given the sensitive nature of these areas (health care and museum), USMMA is requiring all work to be done in a negative pressure enclosure to minimize impact to building occupants and operations. g. All work must be completed using HEPA vacuum with a minimum filter requirement capable of capturing particulates of 0.3 microns with 99.97% efficiency and in conjunction with all federal, state and local laws and regulations. h. Throughout the duration of the abatement project, the work area(s) must be contained until a formal lead clearance is completed. USMMAs contracted hygienist shall be on-site to conduct oversight of the lead abatement process and perform the final lead clearance. The clearance levels for dust wipes per the EPA�s Hazard Standards and Clearance Levels for Lead in Paint, Dust and Soil requirements are as followed: a. 10 ug/ft2 � floors b. 100 ug/ft2 � window sills and troughs i. All work and clearances must be coordinated with the USMMA�s MARAD, Public Safety Department j. The work area must be cordoned off per federal and state laws and regulations with clearly visible barriers (i.e., caution tape) where only authorized and trained individuals related to the abatement project may enter. k. Establish a containment area in accordance with federal and state laws and regulations, to fully separate the work area from other areas of the building. Maintain and identify emergency exit(s) from the work area or establish alternate exit(s) compliant with all federal, state and local laws and regulations. l. All electrical equipment shall be run through Ground Fault Interrupt Circuit (GFCI) throughout the course of the project. m. Secure infrastructure equipment (i.e., HVAC system) and all other relevant equipment to prevent contamination in neighboring areas per federal, state and local laws and regulations. n. Provide accurate and complete waste manifest(s) for asbestos disposal in accordance with all federal, state and local laws and regulations. o. Provide copies of all federal, state and local notifications. p. Provide accurate records of abatement completion. 3. Additional Notes a. A full work plan must be prepared in advance and submitted to the COR and contracted IH for approval. The plan must be approved at least one (1) week prior to commencement of work. b. All work must be scheduled with the COR at least 48 hours prior to commencement. c. The academy must be immediately notified of any service and/or activity interruptions. Any potential unforeseen interruptions or issues must be immediately related to the COR and Public Safety Department. d. A pre-bid onsite walkthrough with the Department of Public Works (DPW), COR, and Public Safety Department will be conducted to identify and mark the proposed area where removal / abatement will take place. The square footage identified in the SOW are approximations and will need to be assessed and verified by the contractor during the walkthrough and incorporated into the bid submission. e. Any debris generated during abatement activities will be removed by the contractor (and subcontractors) daily from the affected area(s) and academy premises. Area(s) will be left neat and clean after work is completed, suitable for all normal academy activities. f. Contractor must properly dispose of waste in accordance with all RCRA requirements. Documentation of this disposal shall be provided to the COR, Public Safety and the contracted IH firm. capable of capturing particulates of 0.3 microns with 99.97% efficiency and in conjunction with all federal, state and local laws and regulations. h. Throughout the duration of the abatement project, the work area(s) must be contained until a formal lead clearance is completed. USMMAs contracted hygienist shall be on-site to conduct oversight of the lead abatement process and perform the final lead clearance. The clearance levels for dust wipes per the EPA�s Hazard Standards and Clearance Levels for Lead in Paint, Dust and Soil requirements are as followed: a. 10 ug/ft2 � floors b. 100 ug/ft2 � window sills and troughs i. All work and clearances must be coordinated with the USMMA�s MARAD, Public Safety Department j. The work area must be cordoned off per federal and state laws and regulations with clearly visible barriers (i.e., caution tape) where only authorized and trained individuals related to the abatement project may enter. k. Establish a containment area in accordance with federal and state laws and regulations, to fully separate the work area from other areas of the building. Maintain and identify emergency exit(s) from the work area or establish alternate exit(s) compliant with all federal, state and local laws and regulations. l. All electrical equipment shall be run through Ground Fault Interrupt Circuit (GFCI) throughout the course of the project. m. Secure infrastructure equipment (i.e., HVAC system) and all other relevant equipment to prevent contamination in neighboring areas per federal, state and local laws and regulations. n. Provide accurate and complete waste manifest(s) for asbestos disposal in accordance with all federal, state and local laws and regulations. o. Provide copies of all federal, state and local notifications. p. Provide accurate records of abatement completion. 3. Additional Notes a. A full work plan must be prepared in advance and submitted to the COR and contracted IH for approval. The plan must be approved at least one (1) week prior to commencement of work. b. All work must be scheduled with the COR at least 48 hours prior to commencement. c. The academy must be immediately notified of any service and/or activity interruptions. Any potential unforeseen interruptions or issues must be immediately related to the COR and Public Safety Department. d. A pre-bid onsite walkthrough with the Department of Public Works (DPW), COR, and Public Safety Department will be conducted to identify and mark the proposed area where removal / abatement will take place. The square footage identified in the SOW are approximations and will need to be assessed and verified by the contractor during the walkthrough and incorporated into the bid submission. e. Any debris generated during abatement activities will be removed by the contractor (and subcontractors) daily from the affected area(s) and academy premises. Area(s) will be left neat and clean after work is completed, suitable for all normal academy activities. f. Contractor must properly dispose of waste in accordance with all RCRA requirements. Documentation of this disposal shall be provided to the COR, Public Safety and the contracted IH firm. g. The contractor must attend a pre-bid walkthrough prior to bidding to become familiar with on-sight conditions and restrictions. h. The contractor will be required to abate (remove) the paint materials from the indicated areas. If the paint cannot be removed while still leaving a clean, smooth and paintable surface, the contractor will be required to remove the plaster in its entirety for the selected areas. i. These plaster walls have been tested and do not contain asbestos. j. Square Footage of removal areas include: � Patten Hall 1?? Floor Dental 1 Examination Rm Entrance � 50 SF � Patten Hall 1?? Floor Dental 1 Examination Rm (Inside) � 115 SF � Museum 2?? Floor Office 2-12 � 98 SF � Museum 3?? Floor Bedroom 5 � 377 SF � Museum 3?? Floor Bedroom 6 � 293 SF � Museum 3?? Floor Bedroom 7 � 163 SF � Museum 3?? Floor Bedroom 9 � 157 SF � Museum 3?? Floor Bedroom 10 � 152 SF � Museum 3?? Floor Bathroom 3-6 � 61 SF � Wiley Hall 2?? Floor Small Corridor � 25 SF These areas will be outlined at the time of the on-site walkthrough. Abatement is to occur to include removal of the selected areas and outlining materials (i.e., paint or marker) INVOICE INQUIRIES: Invoices should be uploaded to einvoice.esc.gov. (Delphi eInvoicing) Help Desk - (405) 954-3000 NAME AND ADDRESS OF QUOTER SIGNATURE OF PERSON AUTHORIZED TO SIGN QUOTE: DATE OF QUOTE a. NAME OF QUOTER b. STREET ADDRESS SIGNER c. COUNTY a. NAME (type or print) b. TELEPHONE AREA CODE d. CITY e. STATE f. ZIP CODE c. TITLE (Type or print) NUMBER *PLEASE FILL IN, SIGN AND RETURN WITH QUOTE* BASIS FOR AWARD Award will be made to the responsible, technically acceptable offeror, whose quote, conforming to the combined Synopsis/Solicitation, lowest price deemed to be fair and reasonable SAM REGISTRATION All interested parties must have an active registration with the federal SAM system https://sam.gov/ to receive an award. The provision at 52.212-3 Offeror Representations and Certifications-Commercial items, applies to this solicitation and must be completed via Online Representations and Certifications application (ORCA) at https://sam.gov/ CLAUSES- 52.252-2 Clauses Incorporated by Reference This solicitation incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following internet address: Federal Acquisition Regulations (52) https://www.acquistion.gov/COMP/FAR/CURRENT/HTML/FARTOCP52.HTML The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial items (OCT 2014) applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be deemed the lowest price technically acceptable offer. Delivery, technical capability and past performance will be evaluated to determine technical acceptability. The clause at 52.212-4, Contract Terms and Conditions - Commercial items, applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is incorporated into this solicitation, however, only the following clauses apply to this acquisition: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36 and 52.232-33. Each offeror shall include a completed copy of the provision at 52.212-3 (FEB 2021) or certification that these have been completed online via Online Representations and Certifications application (ORCA) at https://sam.gov/content/home. TERMS OF DELIVERY All delivery shall be FOB Destination: Delivery and acceptance of deliverables shall be FOB DESTINATION at the following location: U.S. Merchant Marine Academy (USMMA) Department of Maintenance and Repair 300 Steamboat Road Kings Point, NY 11024-1699 COMPLETION OF WORK The Contractor shall ensure that work for this project is performed in accordance with the criteria herein and that all items/products provided under any resulting contract shall be fully operational at the completion of work for this project. INVOICE SUBMISSION INSTRUCTIONS - DOT utilizes the Delphi eInvoicing web portal for processing invoices. Access to Delphi eInvoicing web portal is granted with electronic authentication of credentials (name & valid email address) utilizing the GSA credentialing platform login.gov. For vendors submitting invoices or payment requests, they will be required to submit invoices via the Delphi eInvoicing web portal which is authenticated via www.login.gov. Vendors must meet the following minimum requirements to submit invoices through the Delphi eInvoicing web-portal: 1. Vendors shall have electronic internet access to register in the U.S. General Services Administration�s (GSA) Login.gov and to the Delphi eInvoicing web portal; 2. The identity of system users will be verified prior to receiving access to the Delphi eInvoicing web-portal via registration with login.gov. Information required for Login.gov includes his/her email address, full name, phone number, and password; 3. Once notified by their agency POC, system users shall register with and create an account with GSA Login.gov. System users will provide his/her email address and receive an email back to confirm. They will then create a password and input a telephone number and opt to receive either a personal call from Login.gov or text message with an authentication code; 4. Once the user is authenticated in Login.gov, he/she shall work with their agency POC to request access to the Delphi eInvoicing web portal. The POC will complete a Delphi eInvoicing web-portal User Access Request (UAR) to include the users full name, contact phone number, work e-mail address. Additionally, the agency POC will include the vendor name, purchase order (contract) numbers (or supplier number) and agency doing business with to complete and electronically submit the UAR for processing; 5. Once the UAR is submitted, it will be electronically approved by the Access Control Officer (ACO) assigned to OA associated with the contract award or grant and then forwarded to the Delphi eInvoicing helpdesk to create the account. Once the account is created an e-mail will be generated to the user with instruction on accessing their Delphi eInvoicing web portal account. An e-mail will also be sent to the agency POC who initiated the UAR. SITE-VISIT: An organized site visit has been scheduled for: Wednesday, July 5th 2023 @ 11:00 A.M. EST Participants will meet at: Patten Hall, located at the U.S. Merchant Marine Academy Kings Point, NY 11024. Attendance at the site-visit is highly recommended. As per FAR part 52.237-1, ""In no event shall failure to inspect the site constitute grounds for a claim after contract award."" Please notify the Contracting Officer, Carmen I. Feliz at felizc@usmma.edu, and courtesy copy the Contract Specialist Amit Narine, at narinea@usmma.edu with company name and the name of representative(s) attending the site visit no later than 12:00 A.M. Monday July 5th , 2023 at 0900. Offferors are also requested to submit any questions from the review of this solicitation package in writing via email. All questions should be emailed to the USMMA Procurement Department with the solicitation number 6923G223Q000010 in the subject line. Responses to questions will be issued by amendment to this solicitation package via this notice. Signed quotes are due NO LATER THAN 0900 A.M. ET on Wednesday, July 12th, 2023 via email to: Contracting Officer, Carmen I. Feliz at felizc@usmma.edu, and courtesy copy the Contract Specialist Amit Narine, at narinea@usmma.edu with company name and the name of representative(s) attending the site visit no later than 0900 A.M. Wednesday July 5th , 2023. Quotes shall be submitted electronically via email ONLY. Any quote, modification, revision, or withdrawal of a quote received after the exact time specified in this solicitation shall be determined as late and will not be considered unless the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition, and it was the only quote received. For information regarding this solicitation, please contact: Contracting Officer Carmen I. Feliz, at felizc@usmma.edu 516-726-6149 Or Contract Specialist Amit Narine, at narinea@usmma.edu 516-726-6032
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5d2a2af61e5b4ca497d53312cc9dfd72/view)
 
Place of Performance
Address: Kings Point, NY 11024, USA
Zip Code: 11024
Country: USA
 
Record
SN06729405-F 20230629/230627230044 (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.