Www.vendorportal.ecms.va.gov

?

FedBizOppsCombined Synopsis/Solicitation Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTION*See AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Combined Synopsis/Solicitation NoticeRev. March 2010HEnvironmental Services for the NTX Health Care System7513736C25718Q964907-11-201890N14541620Department of Veterans AffairsNCO 17 North Texas Healthcare SystemNCO 17 Network Contracting Activity124 E. Hwy 67Duncancville, Texas 75137Victoria RoneVictoria.Rone3@Rastreva UpshawRastreva.Upshaw@Department of Veterans AffairsNorth Texas Health Care System4500 S. Lancaster RoadAdditional Locations Outlined in SOWDallas, Texas75216United StatesSee Above Email AddressesThis is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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 written solicitation will not be issued. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. Solicitation number 36C25718Q9649 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE: ?This requirement is a Total Service-Disabled Veteran-Owned Small Business Set-Aside. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541620 and sized standard is $15M. In accordance with VAAR 852.219-11, any SDVOSB submitting a quote for this action must be verified for ownership and control and is so listed in the vendor information pages database ( HYPERLINK "" ) – upon submission of quote. Only qualified offerors may submit bids. In addition, in accordance with FAR 52.204-7, System for Award Management, the Offeror must be eligible and registered in System for Award Management (SAM) database. Contractors may obtain SAM information at HYPERLINK "" . Registration is free and potential offerors are encouraged to visit the SAM website because no contracts can be awarded to an offeror not registered in SAM. Introduction: A Firm Fixed Price award will be made to the lowest priced quote which conforms to the requirements within this solicitation and represents the best price to the Government.Project requirements: To provide a Full Service Environmental Contract for the North Texas Health Care System. See Statement of Work.Period of Performance: Base plus four (4) one-year options. Base: August 1, 2018 – July 31, 2019Option Year One: August 1, 2019 – July 31, 2020Option Year Two: August 1, 2020 – July 31, 2021Option Year Three: August 1, 2021 – July 31, 2022Option Year Four: August 1, 2022 – July 31, 2023Place of Performance: Dallas VA Medical Center, 4500 S. Lancaster Road. Dallas Texas, 75216The following clauses and provisions apply to this solicitation: 52.209-5, Certification Regarding Responsibility Matters52.212-3, Offeror Representations and Certifications-Commercial Items52.212-4, Contract Terms and Conditions-Commercial Items52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items52.217-8, Option to Extend Services (NOV 1999)The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.(End of Clause) “EVALUATIONS OF OPTIONS (JULY 1990)”Except when it is determined in accordance with HYPERLINK "" FAR HYPERLINK "" 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation.? Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price.? Evaluation of options will not obligate the Government to exercise the option(s).(End of Addendum)52.217-9, Option to Extend the Term of the Contracta) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days. The preliminary notice does not commit the Government to an extension.(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years.52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements 52.219-14, Limitations on Subcontracting52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3).52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside52.222-3, Convict Labor52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67)52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)52.222-43, Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving52.232-19, Availability of Funds for the Next Fiscal Year52.228-5 Insurance-Work on a Government Installation (JAN 1997)52.232-33, Payment by Electronic Funds Transfer-System for Award Management52.237-3 Continuity of Services (JAN 1991)52.232-39, Unenforceability of Unauthorized Obligations (In the FAR )52.233-3, Protest after Award (In the FAR )852.203-70, Commercial Advertising852.219-10 VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside852.232-72, Electronic Submission of Payment Requests852.237-70, Contractor Responsibilities52.252-1, Solicitation Provisions Incorporated by Reference:This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es).52.252-2, Clauses Incorporated by Reference: This contract 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 this/these address (es). Full text can be obtained at ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011)This solicitation includes FAR 52.219-14, Limitations on Subcontracting, and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an “Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement” to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.STATEMENT OF WORKSCOPE: The purpose of this contract is for the contractor to: assure quality; adhere to the specifications; resolve problems; prevent the spread of contamination beyond the regulated area; and assure clearance at the end of the project. In addition, the contractor’s responsibilities shall include performing the final inspection and testing to determine whether the regulated area or building has been adequately decontaminated. All air monitoring is to be done utilizing PCM (Point Count Method)/TEM (Transmission Electron Microscopy). REQUIREMENTS: The Contractor shall provide Certified Industrial Hygienist (CIH), AND/OR Industrial Hygiene Technician (IHT) certified in the State of Texas as required for the following locations of VA North Texas Health Care System. The Contractor shall provide the Government with professional IH (industrial Hygienist) services to be performed as needed for project support and for semiannual visual re-inspections.? The Contractor shall provide all necessary labor, materials, equipment and supervision to perform services including, but not limited to, evaluating air and bulk samples for asbestos, mold, or lead in accordance with federal, state, local laws, VHA Directive 2010-036, and with the VA Master Specifications. The Contractor shall provide bulk and air sampling for positive identification of ACE (asbestos-contaminated elements), ACM (Asbestos Containing Material), mold and lead.? This contract will run concurrently with a similar contract for abatement services. The IH services Contractor shall provide services in support of abatement projects from investigation to design through construction and final clearance for ACE and/or ACM to be removed or affected by the construction project. Service on this contract will include on call Industrial Hygiene Services, Emergency on Call Services, and Semi-Annual Inspections. The contractor shall comply with all Environmental Protection Agency (EPA), Texas Commission on Environmental Quality (TECQ),? Occupational, Safety, & Health Administration (OSHA),? Asbestos Hazardous Emergency Response Act of 1986 (AHERA), and VA specifications and requirements. VA documents can be obtained at the following web-site: HYPERLINK "" ? Click on “Tech Info Library”. (Division 02 Existing Conditions.)PLACES OF PERFORMANCE:· VA Medical Center, 4500 S. Lancaster Road, Dallas, Texas 75216· Fort Worth Outpatient Clinic, 2201 SE Loop 820, Fort Worth, Texas 76119· Fort Worth Vet Center, 1305 W. Magnolia, Suite B, Fort Worth, Texas· Sam Rayburn Memorial Center, 1201 E. 9th Street, Bonham, Texas 75418· Compensated Work Therapy, 101 New York Ave., Fort Worth, Texas· Store Front Office, Ervay, Street, Dallas, Texas· VISN 17, 2301 E. Lamar Blvd., Suite 650, Arlington, Texas 76006· Dallas Vet Center, 10501 N. Central, Suite 213, Dallas, Texas 75231· Tarrant County Vet Center, 3337 W. Pioneer Pkwy, Pantego, TX 76013· Dallas County Vet Center, 502 West Kearney, Suite 300, Mesquite, TX 75149· Tyler Outpatient Clinic7916 S. Broadway Ave, Tyler, TX 75703· PACT Clinic, 4243 S. Polk, Dallas, TX 75224· Fort Worth Homeless Vet Center, 1518 E. Lancaster, Fort Worth, TX 76116· Dallas Compensated Work Therapy, 4504 Bronze Way, Dallas, TX 75236· Herzog Center, 4900 S. Lancaster Rd., Dallas, TX 75216· Plano Outpatient Clinic, 3804 West 15th Street, Plano, TX 75075· Any and all added locations during the entirety of this contract??????????????????????????????????????????????????????????? TASKS: (On Call Industrial Hygiene Services) The Contractor shall furnish all necessary labor, materials, sampling, equipment,?and supervision for IH Services required for ACE and ACM abatement work in accordance with federal, state, local laws and with the VA (Veterans Affairs) Master Specifications. Services will be requested by the Contracting Officer’s Representative (COR), through the Contracting Officer (CO) in the form of written task order specifying the type, timeframe and quantity of removal.? Non-emergency requests for service shall be completed within 10 calendar days from the date of task order award during the normal duty hours of Monday-Friday 7:00am - 4:30pm. The Government will retain a contractor to perform abatement as required by the VA Master Specifications.? The contractor shall review and advise the Government on technical and procedural adequacy of all abatement project submittals and other contract documentation, monitor and inspect abatement contractor's work, perform necessary sampling during removal work, and provide all other Industrial Hygiene Services associated with ACE, ACM, mold, and lead abatement or removal work. The Contractor will establish background levels before abatement begins by collecting background samples. Retain samples for possible TEM analysis. The Contractor will perform continuous air monitoring, inspection, and testing outside the regulated area during actual abatement work to detect any faults in the regulated area isolation and any adverse impact on the surroundings from regulated area activities. The Contractor will perform, in the presence of the VA representative, final inspection and testing of a decontaminated regulated area at the conclusion of the abatement to certify compliance with all regulations and VA requirements/specifications listed in this SOW.? The Contractor will issue certificate of decontamination for each regulated area and project report. The IH shall monitor and log daily activity of the abatement contractor in accordance with VA and OSHA (Occupational Safety Health Administration) specifications.? EMERGENCY ON CALL SERVICES: The scope of the contract is for Industrial Hygiene (IH) Services that coincide with emergency repairs. Emergency service requests will be limited in nature applying to only a fiber release of ACM or ACE, or mold with completion of the work within 24 hours of task order award. For emergency task orders, the contractor shall arrive on site no later than 6 six hours after task order issue by the CO. Emergency IH require the contractor to complete services within 24 hours of initial request.? IH Services for these types of projects include background air sampling, air monitoring during abatement and final air sample clearances using Transmission Electron Microscopy (TEM) method. The contractor shall review and advise the Government on technical and procedural adequacy of all abatement project submittals and other contract documentation, monitor and inspect abatement contractor's work, perform necessary sampling during removal work, and provide all other Industrial Hygiene Services associated with ACE, ACM, mold, and lead abatement or removal work.? The IH shall monitor and log daily activity of the abatement contractor in accordance with VA and OSHA specifications.? SEMI-ANNUAL RE-INSPECTIONS: IH Services include a requirement to perform a visual re-inspection of the building materials to update the present hazardous material inspection report regarding the presence/absence and condition of ACE and ACM in various buildings at two divisions of the VA Dallas North Texas Site(s).? At approximately 6-month intervals, a task order may be issued for this work to be performed. There are currently between one (1) and Sixteen (16) locations requiring sampling and reporting at VANTS.? The re-inspection and condition assessment will be done in compliance with the Asbestos Hazard Emergency Response Act (AHERA) Regulations. Contractor shall obtain bulk samples of all areas containing ACE and ACM and provide bulk sample analysis for verification. The Contractor will only be paid for the actual number of samples that have been analyzed under a Polarized Light Microscope (PLM). All coordination and scheduling of Asbestos Assessment work shall be done through the VA Industrial Hygienist.? Notify the COR a minimum of 5 business days in advance of the inspections for access to specific buildings and areas. DELIVERABLES:? Asbestos Report Deliverables.? Asbestos test results shall be reported in units of fibers/cubic centimeter (f/cc). All laboratory analysis reports shall be signed by the laboratory technician and provided to the VA.? Upon completion of work, the IH shall provide the VA with Final Clearance Inspection documentation along with clearance air monitoring results.? Final clearance checklist shall include all requirements of EPA (Environmental Protection Agency) final clearance.The contractor shall use a Government approved form, to record all known, assumed and suspected ACE and ACM. The equivalent form must contain all portions required by the AHERA Act (Asbestos Hazard Emergency Response Act) (Physical Assessment, Hazard Assessment and Damage Potential). Any areas that appear to have substantial damage which may lead to exposure shall be reported to the COR as soon as possible and the Contractor shall review the site with the COR.A separate report is required for each site. Submit two paper copies of each report. Submit a preliminary draft report for Government approval ninety (90) calendar days prior to Government established deadline. Upon receipt of approval from the Government, submit the final revision within thirty (30) calendar days. Detail in the report the quantities and conditions discovered during the survey process. Incorporate tables into the report which summarize the areas, quantities and conditions in a floor-by-floor and room-by-room basis. After approval of paper draft report, submit survey report for each site on compact disc (CD) using the current version of Microsoft Word or other electronic format, subject to government approval. Submit full size CAD (Computer Aided Drafting) drafted floor plans of each floor and room, showing the approximate location of ACE and ACM, including thermal system insulation, surfacing and miscellaneous materials, floor tile and mastic. Copies of existing CAD files will be furnished to the Contractor for updates. CAD files must be included on the submitted CD in AutoCAD (.dwg) format. Submit two copies of E-size (30”x42”) prints of updated CAD drawings.MINIMUM QUALIFICATIONS: Contractor personnel shall meet the minimum qualifications:Certification as Certified Industrial Hygienist (CIH) American Board of Industrial Hygiene CertificationTX Asbestos Project Design LicenseTX Asbestos Inspector LicenseTX Asbestos Management Planner LicenseTX Asbestos Supervisor or Worker LicenseTX Lead Inspector LicenseMold inspection experience (certification recommended)Industrial Hygiene Technician (IHT)TX Asbestos Inspector LicenseTX Asbestos Management Planner LicenseTX Asbestos Supervisor or Worker LicenseNIOSH 582 course or equivalent (if reading own slides)Participate in the AIHA Asbestos Analysis Registry or participate in the Proficiency Analytic Testing program of AIHA for fiber counting quality control assurance (if reading own slides)TX Lead Inspector LicenseMold inspection experience (certification recommended) Certifications from American Industrial Hygienists Association (AIHA). OSHA certifications meeting requirements as asbestos abatement contractor supervisor.CONTRACT REQUIREMENTS: All contractors performing work under this contract must comply with all requirements in the references below:VHA Directive 2010-036Policy EC-051 Safety and Health During ConstructionTB testing is required.Master Construction Specifications010110 Medical Center Requirements013526 Safety RequirementsThe following list of Master Construction Specifications contains the unedited chapters that will be customized for projects at the VAPHS.? The IH IDIQ (Indefinite Delivery, Indefinite Quantity) Contractor and testing laboratory shall apply these specifications to the abatement designs and construction projects at the facility as contracted through task orders.015719 Temporary Environmental Controls017419 Construction Waste Management028211 Traditional Asbestos Abatement02821313 Glove bag Asbestos Abatement02821319 Asbestos Floor Tile and Mastic Abatement02821321 Asbestos Roofing Abatement02821331 Asbestos Transite Abatement02833313 Lead Based Paint Removal and DisposalMONITORING, INSPECTION AND TESTING BY CONTRACTOR CPIH/CIH: The Contractor’s CIH is responsible for managing all monitoring, inspections, and testing required by these specifications, as well as any and all regulatory requirements adopted by these specifications.? The CIH is responsible for the continuous monitoring of all subsystems and procedures which could affect the health and safety of the Contractor’s personnel. Safety and health conditions and the provision of those conditions inside the regulated area for all persons entering the regulated area is the exclusive responsibility of the Contractor/Competent Person. The person performing the personnel and area air monitoring inside the regulated area shall be an IH Technician, who shall be trained and shall have specialized field experience in sampling and analysis. The IH Technician shall have successfully completed a NIOSH 582 (National Institute for Occupational Safety and Health) Course or equivalent and provide documentation. The IH Technician shall participate in the AIHA (American Industrial Hygiene Association) Asbestos Analysis Registry or participate in the Proficiency Analytic Testing program of AIHA for fiber counting quality control assurance. The IH Technician shall also be an accredited EPA AHERA (Asbestos Hazard Emergency Response Act)/State Contractor/Supervisor or Abatement Worker and Building Inspector. The IH Technician shall have participated in five abatement projects collecting personal and area samples as well as responsibility for documentation on substantially similar projects in size and scope.? The analytic laboratory used by the Contractor to analyze the samples shall be AIHA accredited for asbestos PAT (Proficiency Analytical Testing) and approved by the VA prior to start of the project. A daily log shall be maintained by the CIH or IH Technician, documenting all OSHA requirements for air personal monitoring for asbestos in 29 CFR 1926.1101(f), (g) and Appendix A. This log shall be made available to the VA representative and the CIH upon request. The log will contain, at a minimum, information on personnel or area samples, other persons represented by the sample, the date of sample collection, start and stop times for sampling, sample volume, flow rate, and fibers/cc. The CIH shall collect and analyze samples for each representative job being done in the regulated area, i.e., removal, wetting, clean-up, and load-out.? No fewer than two personal samples per shift shall be collected and one area sample per 1,000 square feet of regulated area where abatement is taking place and one sample per shift in the clean room area shall be collected. In addition to the continuous monitoring required, the CIH will perform inspection and testing at the final stages of abatement for each regulated area as specified in the CIH responsibilities. Additionally, the CIH will monitor and record pressure readings within the containment daily with a minimum of two readings at the beginning and at the end of a shift, and submit the data in the daily report. SECURITY: Upon arrival at the VA, the Contractor shall report to the police offices where their driver’s license will be exchanged for a VA provided badge.? At the end of each day, the VA badge will be returned to the Contractor and the personal ID will be returned.Contractor may not have access to the VA network or any VA sensitive information under this contract.All Contractors shall receive Privacy training annually using one of the following methods: Complete “VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information” training by using VA’s TMS (Talent Management System) ( HYPERLINK "" ). Contractors may use the TMS Managed Self Enrollment method to complete the training in TMS.? The COR must ensure that all contractors are validated in the PIH domain.? Complete the hard copy version of “VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information”.? Signed training documents must be submitted to the COR. Training must be completed prior to the performance of the contract and annually thereafter. Proof of training completion must be verified and tracked by the COR.TASK ORDERS:? All work performed under this IDIQ contract shall only be performed by the contractor via government issued Task Orders awarded against the subject IDIQ contract. The process will be initiated by the government notifying the contractor that work is required.? A Statement of Work will be forwarded to the contractor for each required project.? The opportunity for a site-visit will also be coordinated between the contractor and the COR prior to the proposal from the contractor.? The contractor will propose the IH Specialist and/or analysis methodology and quantity from the line items described in the contract schedule.? The contractor will also propose a start and ending date for the period of performance for the project.For example, the contractor might propose the following:Certified Industrial Hygienist (CIH): 3 hoursIndustrial Hygiene Technician (IHT): 3 hoursLab Analysis of Bulk Samples (PLM Method): 2 eachMold Bulk: 2 eachOnce the terms are bi-laterally agreed upon by both parties, a task order will be issued to the contractor.? The Task Order will include the line items, quantities and associated pricing.? All pricing shall be determined directly from the IDIQ contract Pricing Schedule.? The Task Order will also include the location of the work, and an effective start and ending dates for the period of performance.The Contractor shall furnish all necessary labor, materials, sampling, equipment and supervision to perform the required Industrial Hygiene Services at the North Texas Healthcare System VAMC in accordance with the following: the contractual SOW; federal, state, local laws; VA Master Specifications and all clauses and provisions of this contract.? The five below schedules cover the period of performance for this 5-year IDIQ contract.? The estimated quantities are based on recent history and potential remediation scope of work.? The quantities are not guaranteed and due to the unpredictable nature of the workload could vary significantly from the actual purchased quantities.? The unit costs entered in the below three tables by the bidder shall become the unit costs used during the duration of each of the three associated 12-month periods of performance of the IDIQ contract.The total dollar amount of any one task orders issued by the government during the Five-year period of performance will be a minimum of $262,750 and a maximum amount of $1,313,750. A minimum order of $1,000 is guaranteed on the contract. Other than the minimum, the Government will not be bound to place any additional task orders under the awarded contract; however, during the entire Five-year period of this contract, the government shall not issue task orders that have a cumulative total of more than $1,313,750.00.PERIOD OF PERFORMANCE: Base plus four (4) one-year options. Base: August 1, 2018 – July 31, 2019Option Year One: August 1, 2019 – July 31, 2020Option Year Two: August 1, 2020 – July 31, 2021Option Year Three: August 1, 2021 – July 31, 2022Option Year Four: August 1, 2022 – July 31, 2023HOURS OF COVERAGE:Normal hours of coverage are Monday through Friday from 8:00 am to 5:00 pm CST, excluding holidays. All service/repairs will be performed during normal hours of coverage.Preventive maintenance will be performed as scheduled by COR. Preventive maintenance will be performed during normal hours of coverage.Work performed outside the normal hours of coverage at the request of contractor will be approved with estimate by the CO. Billing will include service time and travel time, and exclude parts, as they are included in this contract. Work performed outside the normal hours of coverage at the request of contractor will be considered service during normal hours of coverage and is not considered billable services.National holidays observed by the Federal Government are as follows:New Year's Day January 1stMartin Luther King's Birthday 3rd Monday in JanuaryPresident's Day 3rd Monday in FebruaryMemorial Day Last Monday in MayIndependence Day July 4thLabor Day 1st Monday in SeptemberColumbus Day 2nd Monday in OctoberVeterans Day November 11th Thanksgiving Day 4th Thursday in NovemberChristmas Day December 25th UNSCHEDULED MAINTENANCE (EMERGENCY REPAIR SERVICE):Contractor and Biomedical Engineering shall maintain the equipment in accordance with Section 4, Conformance Standards. Contractor will provide unlimited telephone technical support and, all required parts.The CO, COR has the authority to approve/request a service call from the Contractor.Response time contractor’s FSE or technical support must respond with phone to the COR within two hours after receipt of telephone notification and be onsite within four hours of notification.Identification/Parking: The contractor’s employee(s) shall wear visible identification always while on the premises of the VA. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the Police and Security Section.The Contractor, at his/her own expense, shall provide all employees with a Contractor Identification Card (ID), prior to performing work under this contract. Contractor employees are required to display this card always when performing under this contract. The Contractors employee shall sign each card issued. Employees released from service by the Contractor shall have their card collected by the Contractor. All cards shall contain an expiration date and photograph of the employee. All cards shall be destroyed upon contract completion or termination of the contract. The contractor's onsite supervisor shall ensure that all employees carry and display their card when on duty, and are prepared to present them upon request. The Contracting Officer Representative (COR) shall periodically verify cards of contract employees match their personal identification. PERMITS AND RESPONSIBILITIES: The Contractor shall obtain and maintain all permits, licenses, and appointments required for the execution of work under this contract at no additional cost to the Government. The Contractor shall obtain these permits, licenses, and appointments in compliance with applicable host country laws. In addition, contract termination shall result if the required documents are subsequently denied or withdrawn by the local authorities. Application, justification, fees, and certifications for any licensure required are entirely the responsibility of the Contractor. The Contractor shall ensure that all employees receive the mandatory training, if applicable to this contract, as required by OSHA, JCAHO, etc., and shall comply with all standards and/or requirements. CONTRACTING OFFICER REPRESENTATIVE (COR): The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation shall be in writing and shall define the scope and limitation of the designee’s authority. A copy of the designation shall be furnished to the contractor.CONDUCT OF PERSONNEL: The Contractor shall be responsible for the performance and conduct of its employees. Personnel employed by the Contractor in the performance of this SOW or any representative of the Contractor entering the VA premises shall be subject to inspections by the Government as deemed necessary. The Contractor shall not employ for performance under this SOW any person whose employment would result in a conflict of interest with the Government’s standards of conduct. PERSONNEL REMOVAL: Government rules, regulations, laws, directives, and requirements that are issued during the Contract term relating to law and order, and security shall be applicable to all employees or representatives who enter the VA premises. Violation of such rules, regulations, laws, directives, or requirements shall be grounds for removal (permanently or temporarily as the Government determines) from the work site. Removal of employee does not relieve the Contractor from the responsibility for the work defined in this SOW.The Contracting Officer or designated representative (COR) may require the Contractor to remove any employee performing requirements under this SOW for reasons of misconduct, safety, or security risk posed. Contractor employees shall be subject to immediate dismissal from the premises upon determination by the COR that such action(s) is in the best interest of the Government.PERSONNEL APPEARANCE: Contractor employees shall be well-groomed, clean, and neat in appearance; clothes properly fitted, uniform appearance with nametags, and appropriately dressed for the work to be done. Contractor employees shall not wear clothing with slogans, drawings, or language which could be construed as being lewd, obscene, profane, racially offensive, sexually suggestive, and anti-American or which advocates the use of illegal drugs or other unlawful conduct.PERSONNEL COURTESY: Contractor employees shall not exhibit rude behavior. Loudness, vulgarity, rudeness, or other similar offensive conduct by an employee of the Contractor shall be ground for denying the employee further access to the VA premises. ALCOHOL AND ILLEGAL DRUG USE: Contractor employees shall not consume alcohol or illegal drugs during working hours or at any other time the employees are performing work under this contract. The contractor shall not allow any employee to perform work if the employee is under the influence of alcohol or illegal drugs. Contractor employees found to be under the influence of alcohol or illegal drugs during working hours shall be immediately removed from duty. For the purpose of this provision, the threshold for being under the influence of alcohol or illegal drugs is the same as that established by current laws for vehicle operations. The Contractor is responsible for establishing the method(s) by which employees shall be determined to be under the influence of alcohol or illegal drugs.VEHICLE CONDITION AND MARKINGS: All Contractor-owned vehicles shall be maintained in a neat, presentable, and operational condition as determined by the Contracting Officer or COR. Contractor vehicles shall be clearly marked so as to be distinguishable from Government Equipment. Markings shall include, but not limited to, the Contractor's name and telephone number on all equipment and vehicles used to carry out the requirements of the contract. Contractor vehicles shall follow parking rules while on US government property and is subject to tow if illegally parked.CONFIDENTIALITY: The Contractor's personnel shall agree to comply with the Privacy Act of 1974 (the Act) and other applicable federal laws, rules, regulations and policies issued under the Act during and after the execution of this contract. Because confidential medical record information may be accessible and/or visible to Contractor employees during performance of their daily duties, the Contractor shall obtain a signed "confidentiality certificate" from each employee prior to allowing them to start work under this contract. Any information about an individual that is maintained by the VA, including, but not limited to, education, financial transactions, medical history, and criminal or employment history or any record that contains the person's name, or the identifying number, symbol, or other identifying particular assigned to the individual, shall be kept CONFIDENTIAL. A copy of this certification shall be provided to the COR upon request.CONTRACTOR PERSONNEL: The Contractor is completely responsible for all actions of their employees. All contractor personnel employed in the performance of this contract shall comply with all VA building regulations, policies, and guidelines while on the premises. Contractor personnel shall be free of body odor and wear clean clothing (uniforms as appropriate) while performing duties under this contract. The Contractor shall consider the clinical environment and instruct/train their personnel in applicable safety precautions and special requirements. These requirements may include but are not limited to such conditions as human secretions, blood, barium, etc. Contractor personnel shall take appropriate precautions while performing duties applicable to this contract.CHANGES TO CONTRACT: The Contracting Officer is the only person authorized to modify this order.End of Statement of WorkSUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS): The Offeror shall submit their quote on company letterhead and shall include unit price listed for the base, option years, overall total price, the six-month extension (which will be exercised at the government’s discretion), name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at HYPERLINK "" . Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract and include all the following information in the evidence: Qualifications:The contractor shall be licensed with Texas Department of Health Services to perform Asbestos, Lead, and Mold consulting services. (PROVIDE TEXAS DEPARTMENT OF HEALTH SERVICES CERTIFICATE WITH LICENSE NUMBER.)The contractor shall have at least one licensed IH on staff for Asbestos, Lead, and Mold consulting services. The Professional IH shall be currently trained in EPA MAP project Design, management planner, and inspector in accordance with Texas Department of Health Services.?? Provide name of on-staff IH with Texas Department of Health Services Certificate with License Number.The contractor shall have Techs on staff that with certificates and training to perform air sampling, monitoring, and surveillance activities in accordance with Texas Department of Health Services and EPA Accreditation under Section 206 of TSCA, Title II.Testing Laboratory: Submit the name, address, and telephone number of the testing laboratory selected to perform the monitoring, testing, and reporting of airborne concentrations of lead. Provide proper documentation that persons performing the analysis have been judged proficient by successful participation within the last year in the National Institute for Occupational Safety and Health (NIOSH) Proficiency Analytical Testing (PAT) Program. The laboratory shall be accredited by the American Industrial Hygiene Association (AIHA). Provide AIHA documentation along with date of accreditation/reaccreditation.? Lab must have at least 5 years’ experience in Polarized Light Microscopy (PLM)Contractor shall have at least 2-5 years of experience working in Health Care Facilities.? Provide a list of jobs and references.Contractor shall be familiar with Federal Health Care hazardous waste specification and regulations such as Department of Defense (DOD) and Department of Veterans Affairs (VA).? Provide a list of jobs and references.ALL QUOTES RECEIVED WITHOUT THIS DOCUMENTATION WILL NOT BE CONSIDERED.All questions must be emailed to Victoria.Rone3@ and Rastreva.Upshaw@, no later than Thursday, July 5, 2018 Noon CST. The subject line must specify (36C25718Q9649 – Full Service Environmental Contract). All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (). Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on the website (). There will be no automated email notification of amendments.Quotes must be received no later than Wednesday, July 11, 2018, Noon CST. Email your quote to Victoria.Rone3@ and Rastreva.Upshaw@. The subject line must specify (36C25718Q9649 – Full Service Environmental Contract). There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered.QUOTE SHOULD BE BROKEN DOWN AS FOLLOWSPRICE/COST SCHEDULEBASE: August 1, 2018 – July 31, 2019(All quantities are estimated for the subject 12-month period)DescriptionQtyUnit Unit PriceExtended Price1.Certified Industrial Hygienist (CIH)80Hour$$2.Industrial Hygiene Technician (IHT)250Hour$$3.Laboratory Analysis of Bulk Samples (PLM Method)100ea.$$4.Laboratory Analysis of Air Samples (PCM Method)100ea.$$5.Laboratory Analysis of Air Clearance Samples (TEM Method)100ea.$$6.Mold Bulk100ea.$$7.Mold Air100ea.$$8.Lead Bulk75ea.$$9.Lead Air50ea.$$10.EMERGENCY - Certified Industrial Hygienist (CIH)10Hour$$11.EMERGENCY - Industrial Hygiene Technician (IHT)40Hour$$Base Year Total Price =$OPTION YEAR 1: August 1, 2019 – July 31, 2020(All quantities are estimated for the subject 12-month period)DescriptionQtyUnit Unit PriceExtended Price1.Certified Industrial Hygienist (CIH)80Hour$$2.Industrial Hygiene Technician (IHT)250Hour$$3.Laboratory Analysis of Bulk Samples (PLM Method)100ea.$$4.Laboratory Analysis of Air Samples (PCM Method)100ea.$$5.Laboratory Analysis of Air Clearance Samples (TEM Method)100ea.$$6.Mold Bulk100ea.$$7.Mold Air100ea.$$8.Lead Bulk75ea.$$9.Lead Air50ea.$$10.EMERGENCY - Certified Industrial Hygienist (CIH)10Hour$$11.EMERGENCY - Industrial Hygiene Technician (IHT)40Hour$$Option Year 1 Total Price =$OPTION YEAR 2: August 1, 2020 – July 31, 2021(All quantities are estimated for the subject 12-month period)DescriptionQtyUnit Unit PriceExtended Price1.Certified Industrial Hygienist (CIH)80Hour$$2.Industrial Hygiene Technician (IHT)250Hour$$3.Laboratory Analysis of Bulk Samples (PLM Method)100ea.$$4.Laboratory Analysis of Air Samples (PCM Method)100ea.$$5.Laboratory Analysis of Air Clearance Samples (TEM Method)100ea.$$6.Mold Bulk100ea.$$7.Mold Air100ea.$$8.Lead Bulk75ea.$$9.Lead Air50ea.$$10.EMERGENCY - Certified Industrial Hygienist (CIH)10Hour$$11.EMERGENCY - Industrial Hygiene Technician (IHT)40Hour$$Option Year 2 Total Price =$OPTION YEAR 3: August 1, 2021 – July 31, 2022(All quantities are estimated for the subject 12-month period)DescriptionQtyUnit Unit PriceExtended Price1.Certified Industrial Hygienist (CIH)80Hour$$2.Industrial Hygiene Technician (IHT)250Hour$$3.Laboratory Analysis of Bulk Samples (PLM Method)100ea.$$4.Laboratory Analysis of Air Samples (PCM Method)100ea.$$5.Laboratory Analysis of Air Clearance Samples (TEM Method)100ea.$$6.Mold Bulk100ea.$$7.Mold Air100ea.$$8.Lead Bulk75ea.$$9.Lead Air50ea.$$10.EMERGENCY - Certified Industrial Hygienist (CIH)10Hour$$11.EMERGENCY - Industrial Hygiene Technician (IHT)40Hour$$Option Year 3 Total Price =$OPTION YEAR 4: August 1, 2022 – July 31, 2023(All quantities are estimated for the subject 12-month period)DescriptionQtyUnit Unit PriceExtended Price1.Certified Industrial Hygienist (CIH)80Hour$$2.Industrial Hygiene Technician (IHT)250Hour$$3.Laboratory Analysis of Bulk Samples (PLM Method)100ea.$$4.Laboratory Analysis of Air Samples (PCM Method)100ea.$$5.Laboratory Analysis of Air Clearance Samples (TEM Method)100ea.$$6.Mold Bulk100ea.$$7.Mold Air100ea.$$8.Lead Bulk75ea.$$9.Lead Air50ea.$$10.EMERGENCY - Certified Industrial Hygienist (CIH)10Hour$$11.EMERGENCY - Industrial Hygiene Technician (IHT)40Hour$$Option Year Total Price =$BASE AND ALL OPTION YEARS GRAND TOTAL $ _____________________________________SIX- MONTH EXTENSION - PRICE/COST SCHEDULE(IN ACCORDANCE WITH FAR 52.217-8 OPTION TO EXTEND SERVICES)ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNTSIX-MONTH EXTENSION: August 1, 2023 – January 31, 2024(All quantities are estimated for the subject 6- month period)DescriptionQtyUnit Unit PriceExtended Price1.Certified Industrial Hygienist (CIH)40Hour$$2.Industrial Hygiene Technician (IHT)125Hour$$3.Laboratory Analysis of Bulk Samples (PLM Method)50ea.$$4.Laboratory Analysis of Air Samples (PCM Method)50ea.$$5.Laboratory Analysis of Air Clearance Samples (TEM Method)50ea.$$6.Mold Bulk50ea.$$7.Mold Air50ea.$$8.Lead Bulk37.5ea.$$9.Lead Air25ea.$$???10.EMERGENCY - Certified Industrial Hygienist (CIH)5Hour$$11.EMERGENCY - Industrial Hygiene Technician (IHT)20Hour$$Six Month Extension Total Price =$SIX MONTH TOTAL $ _____________________________________These services may be subject to the Wage Determinations Under U.S. Department of Labor the Service Contract Act Employment Standards Administration: WD 15-5228 (Rev.-5) was first posted on on 01/16/2018 (State: Texas - Area: Texas Counties of Collin, Dallas, Denton, Ellis, Hunt, Kaufman, Rockwall) ?The solicitation package will be posted on FedBizOpps, which can be accessed at . The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile, requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at . To keep informed of changes: Check frequently. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.End of Document ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download