Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOLICITATION NOTICE

R -- Environmental Compliance Support

Notice Date
6/17/2024 12:53:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26224Q1353
 
Response Due
7/1/2024 10:00:00 AM
 
Archive Date
07/31/2024
 
Point of Contact
Ositadima Ndubizu, Contract Specialist Intern, Phone: (562) 766-2252
 
E-Mail Address
ositadima.ndubizu@va.gov
(ositadima.ndubizu@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.a. Project Title: Environmental Compliance Support 1.b. Description: VA Greater Los Angeles Healthcare System is seeking a contractor to provide Environmental compliance Support to VA GLAHS facilities ( VA WEST LA, VA SEPULVEDA, VA LAACC and VA Cemetery) on the compiled complex rules and regulations of South Coast Air Quality Management District and Environmental Protection Agency. 1.c. Project Location: VA Greater Los Angeles Healthcare System 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26224Q1353. 1.e. Set Aside: This solicitation is issued as a SDVOSB set aside. 1.f. Applicable NAICS code: 541620, Environmental Consulting Services. 1.g. Small Business Size Standard: $19 Million 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: one year 1.j. Wage Determination applicable to this project: SCA WD 2015-5613 revision 23 1.k. Request for Information (RFI) should be submitted via email no later than 2pm PST Friday, June 21st, 2024, to ositadima.ndubizu@va.gov 2. Statement of Work 2.1. Objective. VA Greater Los Angeles Healthcare System is seeking a contractor to provide Environmental compliance Support to VA GLAHS facilities ( VA WEST LA, VA SEPULVEDA, VA LAACC and VA Cemetery) on the compiled complex rules and regulations of South Coast Air Quality Management District and Environmental Protection Agency. 2.2. Background. Under federal and state law, the South Coast Air Quality Management District (South Coast AQMD) is under a legal obligation to enforce air pollution regulations. These regulations are primarily meant to ensure that the surrounding (or ambient) air meets federal and state air quality standards. 2.3. Scope. Performance of work shall be developed under the supervision of California Professional Engineer with specific experience in regulatory preparation and submissions to the South Coast Air Quality Management District and Los Angeles Fire Department South Coast Air Quality Management permitting for an emergency back-up generator at the VA Sepulveda site. under Rule 219 requirement for public notice to community and schools around Sepulveda in a quarter mile radius of campus where portable generator might be deployed given the 2 elementary schools (1 north east corner, 1 south central periphery of Bldg. 200 and 201) - this includes public mailing to schools and residential addresses within this radius estimate at least 3-5 thousand notices to be mailed notifying public of addition of portable generator. Community must meet SCAQMD rules for notification. - postage for mailings included in scope. Community Notice Mailing documentation preparation and mailing need to completed September 7, 2024 South Coast Air Quality Management permitting for a gasoline dispensing system at the VA West LA site- this to cover permit modification for vapor recovery filter emission capture device for new AST. SCAQMD Title V permit revisions at the VA WEST LA site this is for the five-year renewal of Title V.  This will include removal of at least 5 generators and other permitted equipment that will be or have been scrapped since last Title V renewal. SCAQMD Title V permit expires June 2025 submission needs to be made 10 months in advance of expiration and requires a great deal of dialog with air permitting engineers. Hazardous Waste Biennial Report for the VA WEST LA site. (Revisions of asbestos waste generation) this will involve securing asbestos manifests that Emily extracted from DTSC database to allow for VA to pay outstanding manifest fees.  It may require a revision of latest biennial report. Revision of SPCC (Spill Prevention, Control, and Countermeasure) Plans for VA West LA Medical Center, Sepulveda Ambulatory Care Clinic, and Los Angeles Ambulatory Clinic certified by professional engineer. West LA Medical Center two SPCC revisions for 2024 and early 2025 to reflect removal of 10 USTs and installation of 9 AST to replace them. 2024 revision as of July-August 2024 with about 6 UST removals, and 5 AST installations Sepulveda Ambulatory Care Clinic two SPCC revisions 2024 July August revision 1 UST removal, 1 temporary AST 6000 gallons, 2025 revision will include 3 UST removals, one temp AST removal, and 3 AST installations. Los Angeles Ambulatory Care Clinic 1 revision of SPCC plan July-September 2024 Preparation of business plans CERS (California Environmental Reporting System for annual 2025 renewal delivery late January 2025 West LA, VA cemetery, Sepulveda, and LAACC including any responses need from Los Angeles Fire Department on CERS input. 2024 Business plans for outlying CBOCs (Community Based Clinics) time frame September/October 2024 Santa Maria (1550 E Main St), Bakersfield (1801 Westwind Dr, Bakersfield), San Luis Obispo (1288 Morro St, San Luis Obispo), San Gabriel (7 W. Foothill Blvd Arcadia, CA 91006) these are small satellite clinics require storage location of hazardous and quantities materials these facilities generate very little hazardous waste, but have varied hazardous materials.. Each location has different requirements of local Fire Departments for business plans. The following tasks must be completed by the contractor: All work must be supervised and reviewed by a California Registered Professional Engineer with specific compliance work experience with South Coast Air Quality Management District, California EPA (DTSC), and local fire departments and associated certified unified program agencies. Rule 219 Permitting of portable emergency generator. Complete Community Notice mailing in conjunction with existing permit application. Mailing of community notice letter by September 7, 2024, and follow-up with AQMD permit engineering on permit application input from community mailing. Mailing estimated at 3-5 thousand residents, schools, and businesses within quarter mile of Sepulveda Clinic campus. West Los Angeles Medical Center Title V permit modification for vapor emission control device on new gasoline above ground storage tank dispenser. Work also includes permit work to remove existing permit for underground storage tank when UST is taken out of service in 3rd or 4th calendar quarter 2024. West Los Angeles Medical Center Title V five-year renewal. Revise existing Title V permit to reflect active permitted devices and removal of equipment no longer in service. This requires a preparer with extensive experience of SCAQMD Title V submissions. Submission needs to be made within 10-11 months of expiration of Title V permit at a minimum. Hazardous Waste Biennial Report for the VA WEST LA medical center including asbestos manifests. Contractor must secure all asbestos manifests for West LA Medical Center from DTSC database to allow for revision and payment of fees. Revision of SPCC (Spill Prevention, Control, and Countermeasure) Plans for VA West LA Medical Center, Sepulveda Ambulatory Care Clinic, and Los Angeles Ambulatory Clinic signed by California Professional Engineer and to reflect current fuel tankage volumes and locations. West LA Medical Center two SPCC plans for 2024 and 2025 needed due to removal of underground storage tanks and installations of above ground storage tank. Work includes updating of oil filled transformers falling under SPCC rules. Sepulveda Ambulatory Care Clinic two SPCC plans for 2024 and 2025 needed due to removal of underground storage tanks and installations of above ground storage tank. Work includes updating of oil filled transformers falling under SPCC rules. Los Angeles Ambulatory Care Clinic 1 revision of SPCC plan July-September 2024. Work includes updating of oil filled transformers falling under SPCC rules. Business Plans and input into California Environmental Response System database of current locations and quantities of hazardous materials. This includes building and room specific locations of hazardous materials. Some of outlying VA clinics may have different rules than Los Angeles Fire Department/CUPA. For other fire department jurisdictions where VA clinics are located business plan requirements will likely vary. West LA, VA cemetery, Sepulveda, and LAACC including any responses need from Los Angeles Fire Department on CERS input. Scope includes CERS input plus hard copy Report. 2024 Business plans for outlying CBOCs (Community Based Clinics) time frame September/October 2024 Santa Maria (1550 E Main St), Bakersfield (1801 Westwind Dr, Bakersfield), San Luis Obispo (1288 Morro St, San Luis Obispo), San Gabriel (7 W. Foothill Blvd Arcadia, CA 91006) these are small satellite clinics including storage location and quantities of hazardous materials these facilities generate very little hazardous waste. Each location has different requirements of local Fire Departments for business plans. 2.5. Specific Requirements: Your quote evaluation will be based on price and your ability to provide the following: Capabilities statement showing that they can perform the tasks listed in section 2.3, Scope. Past Performance: Any prior experience in providing environmental compliance support according to the rules and regulations of South Coast Air Quality Management District and Environmental Protection Agency at medical facilities. California Registered Professional Engineer with specific compliance work experience with South Coast Air Quality Management District, California EPA (DTSC), and local fire departments and associated certified unified program agencies 2.6. Period of Performance. The period of performance will be one year. Working hours will be Monday-Friday from 7am to 4pm. a. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 b. If the holiday falls on a Sunday, the following Monday will be observed as a national holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. 2.7. Contractor Personnel Background Requirements. a. The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive. b. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract. c. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. d. The cost of such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basic of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. Currently, the current estimated costs for such investigations are as follows: Level of Sensitivity Background investigation level Approximate Cost Low Risk National Agency Check with Written Inquiries $ 231.00 Moderate Risk Minimum Background Investigation $ 825.00 High Risk Background Investigation $ 3,465.00 e. The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of Contractor personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for Contractor personnel who will not be required to access VA computer systems nor gain access to sensitive materials. 2.8. Contractor Employees a. The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). b. Badge. Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. c. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. d. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices, and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.9. Insurance Coverage a. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. b. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. c. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. d. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, dated 10/10/2019. The following provisions and clauses apply to this solicitation and can be found in enclosure 2. 3.a. FAR 52.212-1, Instructions to Offerors Commercial Items 3.b. FAR 52.212-2, Evaluation -- Commercial Items 3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items 3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. Supplemental Insurance Requirements 3.f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.g. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.h. FAR 52.233-2, Service of Protest 3.i. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.j. VAAR 852.233-71, Alternative Protest Procedure 4. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1, capabilities statement and past performance via email no later than 10am PST Monday, July 1st, 2024, to ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet: 4.3.a. Vendor Information with UEI number (Company info and quote should be on the Enclosure 1 form) 4.3.b. Acknowledgement of amendments along with your Capabilities Statement and Past Performance 4.3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.3.d. Schedule of services 4.3.e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 4.3.f. FAR 13.106-2(b)(3), Evaluation of quotations or offers.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aea081e0eb13434bb4530c07df890d86/view)
 
Place of Performance
Address: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd, Los Angeles 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN07099334-F 20240619/240617230115 (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.