New York Bids > Bid Detail

C1NC--528A4-22-214 AIR MONITOR IMPROVE POTABLE WATER DISTRIBUTION SYSTEM-BATAVIA

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159194757647016
Posted Date: Oct 3, 2022
Due Date: Oct 28, 2022
Solicitation No: 36C24223Q0020
Source: https://sam.gov/opp/ecebb6c699...
Follow
C1NC--528A4-22-214 AIR MONITOR IMPROVE POTABLE WATER DISTRIBUTION SYSTEM-BATAVIA
Active
Contract Opportunity
Notice ID
36C24223Q0020
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 03, 2022 03:14 pm EDT
  • Original Date Offers Due: Oct 28, 2022 01:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1NC - ARCHITECT AND ENGINEERING- CONSTRUCTION: POLLUTION ABATEMENT AND CONTROL FACILITIES
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:
    Batavia VAMC 222 Richmond Avenue Batavia , NY 14020
    USA
Description
Page 13 of 13
COMBINED SYNOPSIS/SOLICITATION
AIR MONITOR IMPROVE POTABLE WATER DISTRIBUTION SYSTEM
Batavia VA Medical Center
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13.106, 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.
(ii) This solicitation is issued as a request for quote (RFQ). The RFQ will be submitted through BetaSam.gov on RFQ reference number 36C24223Q0020. Please note a pre soliciation was previously posted under 36C24222B0078. This combined synopsis/solicitation replaces 36C24222B0078.

(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80.
(iv) This procurement is being issued as a SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SETASIDE requirement. The North American Industry Classification System (NAICS) code is 541620, with a small business size standard of $16.5 million. This solicitation is 100% set-aside for SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES.
(v) The Contractor shall provide all items as described in the attached Statement of Work (SOW). The requested products shall be in new and unused/unopened condition.
(vi) Description of requirement: The contractor shall provide the items in the Statement of Work (SOW).
Only offers meeting the specifications within the Statement of Work shall be considered.

(vii) Awardee shall be prepared to start approximately: TBD.

(viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.

(ix) Evaluation will be determined based on price and technical acceptability of the requirements. IAW FAR Subpart 13.106. Meeting or exceeding the technical standards will be weighted equal to price. Quotes must meet the technical standards set forth in the solicitation in order to be considered responsive. The Government reserves the right to make award without discussions.

(x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE.

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

(xii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices:
THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE:
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.222-22 Previous Contracts Compliance Report
52.222-25 Affirmative Action Compliance
52.223-6 Drug-Free Workplace
52.225-18 Place of Manufacture
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications.

52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.247-34 FOB Destination

THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT:
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (APR 2015)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014)
(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).
(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:
[] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
[] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).
[] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009).
[X] (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).
[] (5) [Reserved]
[] (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).
[] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).
[X] (8) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note).
[] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).
[] (10) [Reserved]
[] (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a).
[] (ii) Alternate I (Nov 2011) of 52.219-3.
[] (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).
[] (ii) Alternate I (Jan 2011) of 52.219-4.
[] (13) [Reserved]
[X] (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
[X] (ii) Alternate I (Nov 2011).
[] (iii) Alternate II (Nov 2011).
[] (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).
[] (ii) Alternate I (Oct 1995) of 52.219-7.
[] (iii) Alternate II (Mar 2004) of 52.219-7.
[] (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)).
[] (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2014) (15 U.S.C. 637 (d)(4)).
[] (ii) Alternate I (Oct 2001) of 52.219-9.
[] (iii) Alternate II (Oct 2001) of 52.219-9.
[] (iv) Alternate III (Oct 2014) of 52.219-9.
[] (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
[] (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)).
[] (20) 52.219-16, Liquidated Damages Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).
[] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f).
[] (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).
[] (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)).
[] (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)).
[X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
[] (26) 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126).
[] (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
[X] (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).
[X] (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212).
[X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
[X] (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212).
[] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
[X] (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
[] (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627).
[] (34) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)
[] (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
[] (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
[] (36) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514
[] (ii) Alternate I (Jun 2014) of 52.223-13.
[X] 37) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514).
[] (ii) Alternate I (Jun 2014) of 52.223-14.
[X] (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).
[] (39) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514).
[] (ii) Alternate I (Jun 2014) of 52.223-16.
[X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
[] (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).
[X] (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).
[] (ii) Alternate I (May 2014) of 52.225-3.
[X] (iii) Alternate II (May 2014) of 52.225-3.
[] (iv) Alternate III (May 2014) of 52.225-3.
[] (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
[X] (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
[] (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
[] (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).
[] (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).
[] (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)).
[] (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).
[X] (50) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332).
[] (51) 52.232-34, Payment by Electronic Funds Transfer Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332).
[] (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).
[] (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
[] (54) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).
[] (ii) Alternate I (Apr 2003) of 52.247-64.
(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:
[] (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495)
[X] (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).
[X] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
[] (4) 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).
[] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
[] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67).
[] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67).
[] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658).
[] (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792).
[] (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)).
(d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor s directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e)
(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212).
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212).
(ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xi) [X] (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
[] (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)
(xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)
(xiv) 52.222-54, Employment Eligibility Verification (Aug 2013).
(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658).
(xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)
52.232-15 AVAILABILITY OF FUNDING
Funds are not presently available for this contract. The Government s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
(End of Clause)
52.252-1 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):
http://farsite.hill.af.mil
http://www.acq.osd.mil/dpap/dars/dfars/index.htm
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
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):
http://farsite.hill.af.mil
http://www.acq.osd.mil/dpap/dars/dfars/index.htm
(End of clause)
852.203-70 COMMERCIAL ADVERTISING
The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.
(End of Clause)
852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)
(a) Definitions. As used in this clause-
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for:
(1) Awards made to foreign vendors for work performed outside the United States;
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or
(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.
(End of clause)
852.246-70 GUARANTEE (JAN 2008)
The contractor guarantees the equipment against defective material, workmanship and performance for a period of one year, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor.
(End of Clause)
852.246-71 INSPECTION (JAN 2008)
Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor s address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor's account.
(End of Clause)
852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008)
The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer.
(End of provision)
(xiv) Instructions to Offerors: Quote packages must include the following or responses will be considered non-responsive:
A breakdown of your pricing is to be included
Environmental Consulting Services Certification
(xv) Quotes are required to be received NO LATER THAN 2:30 PM EST FRIDAY, November 4, 2022. Quotes and supporting documentation must be e-mailed to Tanya Baldwin at Tanya.Baldwin@va.gov .

All RFIs must be received by Tuesday, October 18, 2022 by 2:30 p.m. and are to be emailed to Tanya.Baldwin@va.gov. RFIs received after this date/time will not be accepted.
Western New York Veterans Health Care
Batavia, N.Y, 14020

Description/Specifications/Work Statement
Improve Potable Water Distribution Systems Batavia Air Monitoring

Period of Performance; Two (2) months

June 22, 2022

Project Number: 528A4-16-205
Air Monitoring for Improve Potable Water Distribution System
Scope Of Services:

The facility address is 222 Richmond Avenue, Batavia, NY 14020. All services shall be performed in accordance with the latest Code Rule 56 standards for asbestos abatement monitoring and testing. Most of the work will be conducted during first shift Monday through Friday 7:30AM to 4:00PM unless noted otherwise in the contract drawings. The air monitor contractor shall refer to the ICRA drawings for times of work for specific areas and refer to drawing PL-030 for the identifiers for asbestos containing materials (ACM) to be removed.

Period of Performance - Duration of Project
This is a two (2) month project at 40-hours per week and the contractor will be onsite daily for two (2) months. The VA will be giving the plumbing/abatement contractor a two (2) month window to accomplish this work and the air monitor will need to be onsite daily. The plumbing/abatement contractor will have to provide a phasing plan and schedule to do all the work pertaining to asbestos first.

Off Hours Work:
Not All work on this project is Monday through Friday 7:30AM to 4:00PM. There are some areas identified on the ICRA drawings and the 010000 GENERAL REQUIREMENTS where we cannot enter until later than 7:30AM, seven (7) days per week as we will be in Veteran Population. Off hours work includes 2nd shift [after 5pm Weekdays and Weekend work (Saturday and Sunday starting at 7:30AM)]. Refer to the ICRA Drawings and the VA 010000 GENERAL REQUIREMENTS Specifications for off hours work AND regular hours work (What is provided below is NOT all inclusive of off hours work).
Dental (Building 1, 1st floor east side)
Radiology (Building 1, 1st floor east side)
Physical Therapy / Occupational Therapy (Building 1, 1st floor east side)
Medical Clinics (Building 1, Ground Floor east side)

COVID-19 and Influenza REQUIREMENTS:
The contractor and sub-contractors shall review the VA Requirements in specification section 010000 GENERAL REQUIREMENTS part 1.1 GENERAL INTENTION subpart D COVID-19 AND INFLUENZA.
All contractors and sub-contractors shall adhere to the requirements as per VA Policy for COVID-19 and Influenza or they will NOT be permitted inside of any building at the Batavia VA healthcare Facility.
There are attachments A,B and C at the end of the 010000 GENERAL REQUIREMENT specification that are the official VA Policy.
Paperwork is required as a submittal for ALL individuals who will enter the Batavia VA facility.

The successful offeror will be required to provide testing facilities, materials, equipment, transportation, and qualified competent personnel (Project Monitors, industrial hygienist technicians, and laboratory personnel) to perform quality assurance air monitoring and asbestos containing materials (ACM) testing during work in areas that may contain asbestos (ACM). This is an asbestos abatement project to remove and replace domestic water piping.

The contractor will be using mini containment areas to accomplish the work. The mini-containments will be either the pre-manufactured telescoping booths for above ceiling work or a mini-containment that they will have to build.

Buildings that have potential hazardous materials are (Contractor shall Refer to Contract Drawings [ICRA Drawings] Prior to Bidding).
1, 2, 3, 4

The buildings that are critical with respect to hazardous materials are as follows (Contractor shall Refer to Contract Drawings [ICRA Drawings] Prior to Bidding).
Buildings 1, 2, 3, 4 buildings 1is where many of the VA patients and staff are occupied. Building 2 is predominately VA Staff and buildings 3 and 4 are only partially occupied with VA Staff.

Refer to all of the contract drawings and specifications provided for bidding and for contract requirements. Some key drawings include but are NOT limited to.
Drawing PL-030 for asbestos quantities
ICRA Drawings
Demolition Drawings
Specification 010000 GENERAL REQUIREMENTS
Specification 013526 SAFETY REQUIREMENTS
Specification 028211 ASBESTOS

The construction contractor must perform the following but NOT limited to cutting, drilling, demolishing walls, piping, insulations, etc. to remove dead legs water piping, reinsulate piping to appropriate materials.
Performance work in a Hazardous Area and TESTING
When the contractor performance work in a hazardous area, they shall be in a containment area with HEPA filtration. The VA Air Monitor shall monitor the air outside of this area while that work is being conducted. They shall establish the baseline prior to this work, monitor the air outside of this work area and clear the air inside.
Anticipate the Following Tests for each area and for areas where there are drills through holes for the floors. Refer to drawing PL030, Demolition Drawings and ICRA Drawings. There are 51 total locations for ACM removal plus the air monitor shall allow for Four (4) additional for a TOTAL of 55 locations. Each location shall have the following tests.
PCM Pre-Test: 2
PCM While Working: 2
PCM Air Clearance Outside Containment: 2
TEM Air Clearance Inside Containment: 2

Total Tests for this Project (24-hour turn-around)
PCM: 330
TEM: 110

Government Contracting Officer s Representatives (COR): If awarded this contract, you will receive a COR delegation letter with each COR s contact information. These individuals will be responsible for providing technical advice and site coordination.

Project Monitoring Services:

The successful offeror shall furnish qualified competent personnel and appropriate resources to inspect the materials and workmanship being provided by the asbestos abatement contractors operating at VA medical center facilities under various government construction projects as well as monitor the air quality during asbestos abatement activities. The Project Monitor shall be responsible for performance of actions described herein and additional tests as required by the VA COR.

The Project Monitor shall be on-site during all abatement activities. The successful offeror will be required to provide appropriate technical and/or professional personnel at the work site within 48 hours of a verbal or written request by the VA COR.

The Project Monitor shall be responsible for collection of PCM air samples as required per Code Rule 56 and NIOSH method 7400, Asbestos and Other Fibers by PCM. Final Clearance air samples will be collected in AHERA Method, Asbestos by TEM. The Project Monitor will contact the COR and/or VA IH anytime air monitoring results exceed the 0.01 outside the work area and immediately upon receipt of all final clearance results.

The Project Monitor shall monitor all work and ensure that it is being performed in accordance with Abatement Contractor s work/safety plan that has been approve by the VA IH or Safety Manager, Code Rule 56, OSHA asbestos standards and EPA asbestos regulations.

The Project Monitor shall ensure that all abatement personnel possess abatement certification prior to entry into the work area.

The Project Monitor shall maintain a chronological log of all events during the abatement project. The log will contain at least the following:
Name of the firm and the certified air sampling technician performing the project air sampling, per work shift or day, for all a rea air samples collected.
Dates of project air sample collection, per work shift or day, of area air samples, with appropriate reference to the regulated abatement work area to which the air samples apply.
Sample locations sketch, identifying all project air sample locations, per work shift or day, of area air samples. If identical locations are utilized for each work shift or day, of area samples collected throughout a sub-phase of the asbestos project (IIA, IIB or IIC), only one sketch is required for all work shift or day of area samples collected for that specific sub-phase of the asbestos project.
The identifying information for each area air sample collected.
Sampling time (24-hour clock) and duration for each area air sample collected.
Flow rate primary or secondary calibration device identification number, method of flow rate primary or secondary device calibration and date of last calibration, per work shift or day of area air samples.
Flow rate of sampling pumps with pre and post calibration listed for each area air sample collected.
Chain of custody for each work shift or day of area air samples.
Amount and type of asbestos material removed, number of bags of asbestos waste generated, and any issues/concerns identified, and the corrective actions taken to abate the issues/concerns.

The Project Monitor shall maintain frequent communications with the VA COR to outline project status as well as anticipated problems.

The Project Monitor may be asked to confirm a contractor s estimate of quantities of ACM.

Site Conditions: Project monitoring services will be conducted on all buildings at 222 Richmond Avenue, Batavia, NY 14020 during asbestos abatement activities as described above in Section 1.

Written Reports: A detailed written report of all samples, surveys, map of sample locations, and findings must be submitted to the Contracting Officer and the VA COR within ten (10) days of each final clean air sampling date. Air Sampling Data Sheet must be approved by VA COR before work begins. This written report shall include the following information:

Name of the firm and the certified air sampling technician performing the project air sampling, per work shift or day, for all area air samples collected.
Dates of project air sample collection, per work shift or day, of area air samples, with appropriate reference to the regulated abatement work area to which the air samples apply.
Sample locations sketch, identifying all project air sample locations, per work shift or day, of area air samples. If identical locations are utilized for each work shift or day, of area samples collected throughout a sub -phase of the asbestos project (IIA, IIB or IIC), only one sketch is required for all work shift or day of area samples collected for that specific sub-phase of the asbestos project.
The identifying information for each area air sample collected.
Sampling time (24-hour clock) and duration for each area air sample collected.
Flow rate primary or secondary calibration device identification number, method of flow rate primary or secondary device calibration and date of last calibration, per work shift or day of area air samples.
Flow rate of sampling pumps with pre and post calibration listed for each area air sample collected.
Chain of custody for each work shift or day of area air samples.
Amount and type of asbestos material removed, number of bags of asbestos waste generated, and any issues/concerns identified, and the corrective actions taken to abate the issues/concerns.

Testing Services: The successful offeror shall be required to analyze VA collected samples using the methods and turnaround times contained in the Unit Price Book. Samples will be analyzed using NIOSH Method 7400, Asbestos and Other Fibers by PCM and AHERA for TEM. Any bulk samples that are required to be analyzed for verification that abatement was complete will use NYS DOH ELAP 198.1, 198.6 or 198.4. The contractor shall bear all costs associated with transporting samples to the successful offeror s testing laboratory facilities as well as for all costs for transmitting test results.

Samples:

Samples will be collected in accordance with Code Rule 56.

The number of samples for any project may be modified at the direction of the VA COR but cannot be less than the minimum number of samples required in Code Rule 56.

Samples shall be collected prior to the start of asbestos abatement, during asbestos abatement, and after asbestos abatement in accordance with Code Rule 56.

10% blanks or a minimum of two (2) blanks shall be collected for each day of sampling.
Deliverables:

Deliverables are detailed written reports of all activities, inspections, samples, surveys, map of sample locations, and findings conducted or made by the successful offeror s professional and technical personnel. All deliverables will be submitted to the designated VA COR within the deadlines specified below.

Types Of Deliverables and Deadlines:

Verbal Reports: Verbal notification of testing results shall be made to the VA COR (Industrial Hygienist) immediately upon any irregularities noted during testing.

Telefax/E-Mail Reports: Preliminary results shall be telefaxed or emailed to the VA COR within two (2) hours of test completion for all laboratory analyses requirements.

Written Reports: Written test reports shall be submitted to the designated Contracting Officer and the VA COR within ten (10) calendar days after each test is completed. All written reports shall be on forms and/or formats specified within this solicitation. Any variation from the requested format shall be subject to approval by the Contracting Officer and the VA COR.

Sample analysis turnaround shall be measured from the time the sample collection is completed by the Air Sampling Technician.

Authorization And Payment for Services:

Authorization for services performed under this Contract will be made using written Task Orders accompanied by Purchase Orders.

The contractor shall not honor, nor will the Government make payment for, requests that are placed by persons having no contracting authority. The Contracting Officer is the only individual with contracting authority.

Invoices And Payment:

Payment of services rendered under this contract shall be made in arrears as the work is completed and accepted and upon receipt of all required reports and a properly prepared invoice submitted by the contractor to the electronic invoice processing system described within this contract.

Invoices shall reference the following information:
Contract number and task order number as well as the Purchase Order Number.
An accurate description of services rendered, including Type(s) of services rendered and dates of requested and rendered services, including a daily log of hours expended at the site. Cost data, including requested amounts, unit prices, extended totals and any other data for payment purposes will also be required.

Qualifications:

General: The successful offeror must demonstrate that its organization meets current codes and policies which comply with the requirements for project monitoring during asbestos abatements, testing and handling within current federal, state, and local laws.

Project Monitor: Project Monitor: Project monitor shall possess current certification by the state of New York and/or EPA which complies with the requirements for project monitoring and includes asbestos sampling. Proof of current certification shall be presented prior to contract award and performance of IH services.

Laboratory Facilities: Testing Laboratories shall have and maintain a current accreditation with the American Industrial Hygiene Association (AIHA) and/or New York State Department of Health Environmental Laboratory Approval Program (NYS DOH ELAP). Proof of certification must be submitted to the VA contracting officer prior to contract performance.

Documents Provided:
Specifications
010000 GENERAL REQUIREMENTS
028211 TRADITIONAL ASBESTOS
Drawings
ICRA Drawings 01 through 19. This shows specific scheduling for work areas.
PL-100 through PL-123 Demolition Plans. This shows locations of work. NOT all drawings have an asbestos area for work, Refer to PL-030 for Asbestos Reference.
Pl-030 Asbestos Removal Schedules
END of Statement of Work

Attachments/Links
Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 03, 2022 03:14 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >