New York Bids > Bid Detail

B502--WNY Air Monitoring & Hazardous Material Sampling IDIQ

Agency:
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159651161373065
Posted Date: Mar 12, 2024
Due Date: Mar 26, 2024
Source: https://sam.gov/opp/2c88ab067b...
Follow
B502--WNY Air Monitoring & Hazardous Material Sampling IDIQ
Active
Contract Opportunity
Notice ID
36C24224Q0327
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

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: Mar 12, 2024 04:32 pm EDT
  • Original Date Offers Due: Mar 26, 2024 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: B502 - SPECIAL STUDIES/ANALYSIS- AIR QUALITY
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Buffalo VA Medical Center Buffalo , NY 14215
    USA
Description
Page 6 of 8
COMBINED SYNOPSIS/SOLICITATION
Indefinite Delivery Contract for Asbestos Air Monitoring and Material Sampling Services at the Buffalo and Batavia VA Medical Centers
(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and FAR 13 Simplified Acquisition Procedures, 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.
(ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through email on RFQ reference number 36C24224Q0327.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03 (eff. 02/23/2024).
(iv) This procurement is being issued as a SDVOSB set-aside solicitation. The North American Industry Classification System (NAICS) code is 562910, Remediation Services, with a small business size standard of $25 Million.
(v) The Contractor shall provide line item pricing for asbestos air monitoring and material sampling services at the Buffalo and Batavia VA Medical CentersApricing to 3-year electrical testing and inspection of electrical distribution system at the Bath VA Medical Center. See table below for instrumentation and time frame of pricing periods:

B.2 PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE

0001

1.00
HR
________________
Provide services of a Certified Industrial Hygienist (CIH) during the asbestos air quality monitoring and sampling activities.
Contract Period: Base
POP Begin: 04-15-2024
POP End: 03-31-2025

0002

1.00
HR
_______________
Provide services of a Certified Air Sampling Technician during the asbestos air quality monitoring and sampling activities.
Contract Period: Base
POP Begin: 04-15-2024
POP End: 03-31-2025

0003

1.00
HR
_______________
Provide services of a Certified Inspector during the asbestos air quality monitoring and sampling activities.
Contract Period: Base
POP Begin: 04-15-2024
POP End: 03-31-2025

0004

1.00
HR
_______________
Provide services of a Certified Project Monitor during the asbestos air quality monitoring and sampling activities.
Contract Period: Base
POP Begin: 04-15-2024
POP End: 03-31-2025

0005

1.00
HR
_______________
Provide services of a Certified Project Designer during the asbestos air quality monitoring and sampling activities.
Contract Period: Base
POP Begin: 04-15-2024
POP End: 03-31-2025

0006

1.00
EA
______________
Provide air sample collection and Phase Contrast Microscopy (PCM) analysis, the NIOSH Method 7402 (Issue 2, Fourth Edition) of the sample with a 24-hour turnaround time.
Contract Period: Base
POP Begin: 04-15-2024
POP End: 03-31-2025

0007

1.00
EA
______________
Provide air sample collection and AHERA TEM analysis of the sample with a 24-hour turnaround time.
Contract Period: Base
POP Begin: 04-15-2024
POP End: 03-31-2025

0008

1.00
EA
______________
Provide air sample collection and Phase Contrast Microscopy (PCM) analysis, the NIOSH Method 7402 (Issue 2, Fourth Edition) of the sample with a 1 week turnaround time.
Contract Period: Base
POP Begin: 04-15-2024
POP End: 03-31-2025

0009

1.00
EA
______________
Provide air sample collection and AHERA TEM analysis of the sample with a 1 week turnaround time.
Contract Period: Base
POP Begin: 04-15-2024
POP End: 03-31-2025




0010

1.00
EA
______________
Provide hazardous material collection and NY ELAP Method 198.4 (TEM) testing for requested non-friable organically bound material with a 24-hour turnaround time. Materials can include, VAT, resilient floor tiles, mastic, asphalt shingles, roofing materials, paint chips, caulking, glazing and other NOB materials.
Contract Period: Base
POP Begin: 04-15-2024
POP End: 03-31-2025

0011

1.00
EA
______________
Provide hazardous material collection and NY ELAP Method 198.4 (TEM) testing for requested non-friable organically bound material with a 24-hour turnaround time. Materials can include, VAT, resilient floor tiles, mastic, asphalt shingles, roofing materials, paint chips, caulking, glazing and other NOB materials.
Contract Period: Base
POP Begin: 04-15-2024
POP End: 03-31-2025

0012

1.00
EA
______________
Provide hazardous material collection and NY ELAP Method 198.6 (PLM) testing for requested non-friable organically bound building materials with a 24-hour turnaround time. Materials can include Floor tiles (vinyl and asphalt), roofing Materials, mastics, caulking and other NOB materials.
Contract Period: Base
POP Begin: 04-15-2024
POP End: 03-31-2025

0013

1.00
EA
______________
Provide hazardous material collection and NY ELAP Method 198.1 (PLM) testing for requested friable material with a 1-week turnaround time. Materials can include, but are not limited to ceiling tile, textiles, insulation and other friable materials.
Contract Period: Base
POP Begin: 04-15-2024
POP End: 03-31-2025

0014

1.00
EA
______________
Provide hazardous material collection and NY ELAP Method 198.4 (TEM) testing for requested non-friable organically bound material with a 1-week turnaround time. Materials can include, VAT, resilient floor tiles, mastic, asphalt shingles, roofing materials, paint chips, caulking, glazing and other NOB materials.
Contract Period: Base
POP Begin: 04-15-2024
POP End: 03-31-2025

0015

1.00
EA
______________
Provide hazardous material collection and NY ELAP Method 198.6 (PLM) testing for requested non-friable organically bound building materials with a 1-week turnaround time. Materials can include Floor tiles (vinyl and asphalt), roofing Materials, mastics, caulking, and other NOB materials.
Contract Period: Base
POP Begin: 04-15-2024
POP End: 03-31-2025

0016

1.00
JB
______________
4 hour response time premium to any of the above items.
Contract Period: Base
POP Begin: 04-15-2024
POP End: 03-31-2025

1001

1.00
HR
______________
Provide services of a Certified Industrial Hygienist (CIH) during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 1
POP Begin: 04-01-2025
POP End: 03-31-2026

1002

1.00
HR
______________
Provide services of a Certified Air Sampling Technician during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 1
POP Begin: 04-01-2025
POP End: 03-31-2026

1003

1.00
HR
______________
Provide services of a Certified Inspector during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 1
POP Begin: 04-01-2025
POP End: 03-31-2026

1004

1.00
HR
______________
Provide services of a Certified Project Monitor during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 1
POP Begin: 04-01-2025
POP End: 03-31-2026



1005

1.00
HR
_____________
Provide services of a Certified Project Designer during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 1
POP Begin: 04-01-2025
POP End: 03-31-2026

1006

1.00
EA
_____________
Provide air sample collection and Phase Contrast Microscopy (PCM) analysis, the NIOSH Method 7402 (Issue 2, Fourth Edition) of the sample with a 24-hour turnaround time.
Contract Period: Option 1
POP Begin: 04-01-2025
POP End: 03-31-2026

1007

1.00
EA
_____________
Provide air sample collection and AHERA TEM analysis of the sample with a 24-hour turnaround time.
Contract Period: Option 1
POP Begin: 04-01-2025
POP End: 03-31-2026

1008

1.00
EA
_____________
Provide air sample collection and Phase Contrast Microscopy (PCM) analysis, the NIOSH Method 7402 (Issue 2, Fourth Edition) of the sample with a 1 week turnaround time.
Contract Period: Option 1
POP Begin: 04-01-2025
POP End: 03-31-2026

1009

1.00
EA
_____________
Provide air sample collection and AHERA TEM analysis of the sample with a 1 week turnaround time.
Contract Period: Option 1
POP Begin: 04-01-2025
POP End: 03-31-2026

1010

1.00
EA
_____________
Provide hazardous material collection and NY ELAP Method 198.4 (TEM) testing for requested non-friable organically bound material with a 24-hour turnaround time. Materials can include, VAT, resilient floor tiles, mastic, asphalt shingles, roofing materials, paint chips, caulking, glazing and other NOB materials.
Contract Period: Option 1
POP Begin: 04-01-2025
POP End: 03-31-2026

1011

1.00
EA
_____________
Provide hazardous material collection and NY ELAP Method 198.4 (TEM) testing for requested non-friable organically bound material with a 24-hour turnaround time. Materials can include, VAT, resilient floor tiles, mastic, asphalt shingles, roofing materials, paint chips, caulking, glazing and other NOB materials.
Contract Period: Option 1
POP Begin: 04-01-2025
POP End: 03-31-2026

1012

1.00
EA
_____________
Provide hazardous material collection and NY ELAP Method 198.6 (PLM) testing for requested non-friable organically bound building materials with a 24-hour turnaround time. Materials can include Floor tiles (vinyl and asphalt), roofing Materials, mastics, caulking and other NOB materials.
Contract Period: Option 1
POP Begin: 04-01-2025
POP End: 03-31-2026

1013

1.00
EA
_____________
Provide hazardous material collection and NY ELAP Method 198.1 (PLM) testing for requested friable material with a 1-week turnaround time. Materials can include, but are not limited to ceiling tile, textiles, insulation and other friable materials.
Contract Period: Option 1
POP Begin: 04-01-2025
POP End: 03-31-2026
1014

1.00
EA
_____________
Provide hazardous material collection and NY ELAP Method 198.4 (TEM) testing for requested non-friable organically bound material with a 1-week turnaround time. Materials can include, VAT, resilient floor tiles, mastic, asphalt shingles, roofing materials, paint chips, caulking, glazing and other NOB materials.
Contract Period: Option 1
POP Begin: 04-01-2025
POP End: 03-31-2026

1015

1.00
EA
_____________
Provide hazardous material collection and NY ELAP Method 198.6 (PLM) testing for requested non-friable organically bound building materials with a 1-week turnaround time. Materials can include Floor tiles (vinyl and asphalt), roofing Materials, mastics, caulking, and other NOB materials.
Contract Period: Option 1
POP Begin: 04-01-2025
POP End: 03-31-2026

1016

1.00
JB
_____________
4 hour response time premium to any of the above items.
Contract Period: Option 1
POP Begin: 04-01-2025
POP End: 03-31-2026

2001

1.00
HR
_____________
Provide services of a Certified Industrial Hygienist (CIH) during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 2
POP Begin: 04-01-2026
POP End: 03-31-2027

2002

1.00
HR
_____________
Provide services of a Certified Air Sampling Technician during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 2
POP Begin: 04-01-2026
POP End: 03-31-2027

2003

1.00
HR
_____________
Provide services of a Certified Inspector during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 2
POP Begin: 04-01-2026
POP End: 03-31-2027

2004

1.00
HR
_____________
Provide services of a Certified Project Monitor during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 2
POP Begin: 04-01-2026
POP End: 03-31-2027

2005

1.00
HR
_____________
Provide services of a Certified Project Designer during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 2
POP Begin: 04-01-2026
POP End: 03-31-2027

2006

1.00
EA
_____________
Provide air sample collection and Phase Contrast Microscopy (PCM) analysis, the NIOSH Method 7402 (Issue 2, Fourth Edition) of the sample with a 24-hour turnaround time.
Contract Period: Option 2
POP Begin: 04-01-2026
POP End: 03-31-2027

2007

1.00
EA
_____________
Provide air sample collection and AHERA TEM analysis of the sample with a 24-hour turnaround time.
Contract Period: Option 2
POP Begin: 04-01-2026
POP End: 03-31-2027

2008

1.00
EA
_____________
Provide air sample collection and Phase Contrast Microscopy (PCM) analysis, the NIOSH Method 7402 (Issue 2, Fourth Edition) of the sample with a 1 week turnaround time.
Contract Period: Option 2
POP Begin: 04-01-2026
POP End: 03-31-2027

2009

1.00
EA
____________
Provide air sample collection and AHERA TEM analysis of the sample with a 1 week turnaround time.
Contract Period: Option 2
POP Begin: 04-01-2026
POP End: 03-31-2027

2010

1.00
EA
____________
Provide hazardous material collection and NY ELAP Method 198.4 (TEM) testing for requested non-friable organically bound material with a 24-hour turnaround time. Materials can include, VAT, resilient floor tiles, mastic, asphalt shingles, roofing materials, paint chips, caulking, glazing and other NOB materials.
Contract Period: Option 2
POP Begin: 04-01-2026
POP End: 03-31-2027

2011

1.00
EA
____________
Provide hazardous material collection and NY ELAP Method 198.4 (TEM) testing for requested non-friable organically bound material with a 24-hour turnaround time. Materials can include, VAT, resilient floor tiles, mastic, asphalt shingles, roofing materials, paint chips, caulking, glazing and other NOB materials.
Contract Period: Option 2
POP Begin: 04-01-2026
POP End: 03-31-2027
2012

1.00
EA
____________
Provide hazardous material collection and NY ELAP Method 198.6 (PLM) testing for requested non-friable organically bound building materials with a 24-hour turnaround time. Materials can include Floor tiles (vinyl and asphalt), roofing Materials, mastics, caulking and other NOB materials.
Contract Period: Option 2
POP Begin: 04-01-2026
POP End: 03-31-2027
2013

1.00
EA
____________
Provide hazardous material collection and NY ELAP Method 198.1 (PLM) testing for requested friable material with a 1-week turnaround time. Materials can include, but are not limited to ceiling tile, textiles, insulation and other friable materials.
Contract Period: Option 2
POP Begin: 04-01-2026
POP End: 03-31-2027

2014

1.00
EA
____________
Provide hazardous material collection and NY ELAP Method 198.4 (TEM) testing for requested non-friable organically bound material with a 1-week turnaround time. Materials can include, VAT, resilient floor tiles, mastic, asphalt shingles, roofing materials, paint chips, caulking, glazing and other NOB materials.
Contract Period: Option 2
POP Begin: 04-01-2026
POP End: 03-31-2027

2015

1.00
EA
____________
Provide hazardous material collection and NY ELAP Method 198.6 (PLM) testing for requested non-friable organically bound building materials with a 1-week turnaround time. Materials can include Floor tiles (vinyl and asphalt), roofing Materials, mastics, caulking, and other NOB materials.
Contract Period: Option 2
POP Begin: 04-01-2026
POP End: 03-31-2027

2016

1.00
JB
____________
4 hour response time premium to any of the above items.
Contract Period: Option 2
POP Begin: 04-01-2026
POP End: 03-31-2027

3001

1.00
HR
____________
Provide services of a Certified Industrial Hygienist (CIH) during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 3
POP Begin: 04-01-2027
POP End: 03-31-2028

3002

1.00
HR
____________
Provide services of a Certified Air Sampling Technician during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 3
POP Begin: 04-01-2027
POP End: 03-31-2028
3003

1.00
HR
____________
Provide services of a Certified Inspector during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 3
POP Begin: 04-01-2027
POP End: 03-31-2028

3004

1.00
HR
____________
Provide services of a Certified Project Monitor during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 3
POP Begin: 04-01-2027
POP End: 03-31-2028

3005

1.00
HR
____________
Provide services of a Certified Project Designer during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 3
POP Begin: 04-01-2027
POP End: 03-31-2028

3006

1.00
EA
____________
Provide air sample collection and Phase Contrast Microscopy (PCM) analysis, the NIOSH Method 7402 (Issue 2, Fourth Edition) of the sample with a 24-hour turnaround time.
Contract Period: Option 3
POP Begin: 04-01-2027
POP End: 03-31-2028

3007

1.00
EA
____________
Provide air sample collection and AHERA TEM analysis of the sample with a 24-hour turnaround time.
Contract Period: Option 3
POP Begin: 04-01-2027
POP End: 03-31-2028

3008

1.00
EA
____________
Provide air sample collection and Phase Contrast Microscopy (PCM) analysis, the NIOSH Method 7402 (Issue 2, Fourth Edition) of the sample with a 1 week turnaround time.
Contract Period: Option 3
POP Begin: 04-01-2027
POP End: 03-31-2028

3009

1.00
EA
____________
Provide air sample collection and AHERA TEM analysis of the sample with a 1 week turnaround time.
Contract Period: Option 3
POP Begin: 04-01-2027
POP End: 03-31-2028

3010

1.00
EA
___________
Provide hazardous material collection and NY ELAP Method 198.4 (TEM) testing for requested non-friable organically bound material with a 24-hour turnaround time. Materials can include, VAT, resilient floor tiles, mastic, asphalt shingles, roofing materials, paint chips, caulking, glazing and other NOB materials.
Contract Period: Option 3
POP Begin: 04-01-2027
POP End: 03-31-2028

3011

1.00
EA
__________
Provide hazardous material collection and NY ELAP Method 198.4 (TEM) testing for requested non-friable organically bound material with a 24-hour turnaround time. Materials can include, VAT, resilient floor tiles, mastic, asphalt shingles, roofing materials, paint chips, caulking, glazing and other NOB materials.
Contract Period: Option 3
POP Begin: 04-01-2027
POP End: 03-31-2028

3012

1.00
EA
__________
Provide hazardous material collection and NY ELAP Method 198.6 (PLM) testing for requested non-friable organically bound building materials with a 24-hour turnaround time. Materials can include Floor tiles (vinyl and asphalt), roofing Materials, mastics, caulking and other NOB materials.
Contract Period: Option 3
POP Begin: 04-01-2027
POP End: 03-31-2028

3013

1.00
EA
__________
Provide hazardous material collection and NY ELAP Method 198.1 (PLM) testing for requested friable material with a 1-week turnaround time. Materials can include, but are not limited to ceiling tile, textiles, insulation and other friable materials.
Contract Period: Option 3
POP Begin: 04-01-2027
POP End: 03-31-2028

3014

1.00
EA
__________
Provide hazardous material collection and NY ELAP Method 198.4 (TEM) testing for requested non-friable organically bound material with a 1-week turnaround time. Materials can include, VAT, resilient floor tiles, mastic, asphalt shingles, roofing materials, paint chips, caulking, glazing and other NOB materials.
Contract Period: Option 3
POP Begin: 04-01-2027
POP End: 03-31-2028

3015

1.00
EA
__________
Provide hazardous material collection and NY ELAP Method 198.6 (PLM) testing for requested non-friable organically bound building materials with a 1-week turnaround time. Materials can include Floor tiles (vinyl and asphalt), roofing Materials, mastics, caulking, and other NOB materials.
Contract Period: Option 3
POP Begin: 04-01-2027
POP End: 03-31-2028

3016

1.00
JB
___________
4 hour response time premium to any of the above items.
Contract Period: Option 3
POP Begin: 04-01-2027
POP End: 03-31-2028

4001

1.00
HR
___________
Provide services of a Certified Industrial Hygienist (CIH) during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 4
POP Begin: 04-01-2028
POP End: 03-31-2029

4002

1.00
HR
___________
Provide services of a Certified Air Sampling Technician during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 4
POP Begin: 04-01-2028
POP End: 03-31-2029

4003

1.00
HR
___________
Provide services of a Certified Inspector during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 4
POP Begin: 04-01-2028
POP End: 03-31-2029

4004

1.00
HR
___________
Provide services of a Certified Project Monitor during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 4
POP Begin: 04-01-2028
POP End: 03-31-2029

4005

1.00
HR
____________
Provide services of a Certified Project Designer during the asbestos air quality monitoring and sampling activities.
Contract Period: Option 4
POP Begin: 04-01-2028
POP End: 03-31-2029

4006

1.00
EA
____________
Provide air sample collection and Phase Contrast Microscopy (PCM) analysis, the NIOSH Method 7402 (Issue 2, Fourth Edition) of the sample with a 24-hour turnaround time.
Contract Period: Option 4
POP Begin: 04-01-2028
POP End: 03-31-2029

4007

1.00
EA
____________
Provide air sample collection and AHERA TEM analysis of the sample with a 24-hour turnaround time.
Contract Period: Option 4
POP Begin: 04-01-2028
POP End: 03-31-2029

4008

1.00
EA
___________
Provide air sample collection and Phase Contrast Microscopy (PCM) analysis, the NIOSH Method 7402 (Issue 2, Fourth Edition) of the sample with a 1 week turnaround time.
Contract Period: Option 4
POP Begin: 04-01-2028
POP End: 03-31-2029


4009

1.00
EA
___________
Provide air sample collection and AHERA TEM analysis of the sample with a 1 week turnaround time.
Contract Period: Option 4
POP Begin: 04-01-2028
POP End: 03-31-2029

4010

1.00
EA
___________
Provide hazardous material collection and NY ELAP Method 198.4 (TEM) testing for requested non-friable organically bound material with a 24-hour turnaround time. Materials can include, VAT, resilient floor tiles, mastic, asphalt shingles, roofing materials, paint chips, caulking, glazing and other NOB materials.
Contract Period: Option 4
POP Begin: 04-01-2028
POP End: 03-31-2029

4011

1.00
EA
___________
Provide hazardous material collection and NY ELAP Method 198.4 (TEM) testing for requested non-friable organically bound material with a 24-hour turnaround time. Materials can include, VAT, resilient floor tiles, mastic, asphalt shingles, roofing materials, paint chips, caulking, glazing and other NOB materials.
Contract Period: Option 4
POP Begin: 04-01-2028
POP End: 03-31-2029

4012

1.00
EA
___________
Provide hazardous material collection and NY ELAP Method 198.6 (PLM) testing for requested non-friable organically bound building materials with a 24-hour turnaround time. Materials can include Floor tiles (vinyl and asphalt), roofing Materials, mastics, caulking and other NOB materials.
Contract Period: Option 4
POP Begin: 04-01-2028
POP End: 03-31-2029

4013

1.00
EA
___________
Provide hazardous material collection and NY ELAP Method 198.1 (PLM) testing for requested friable material with a 1-week turnaround time. Materials can include, but are not limited to ceiling tile, textiles, insulation and other friable materials.
Contract Period: Option 4
POP Begin: 04-01-2028
POP End: 03-31-2029

4014

1.00
EA
___________
Provide hazardous material collection and NY ELAP Method 198.4 (TEM) testing for requested non-friable organically bound material with a 1-week turnaround time. Materials can include, VAT, resilient floor tiles, mastic, asphalt shingles, roofing materials, paint chips, caulking, glazing and other NOB materials.
Contract Period: Option 4
POP Begin: 04-01-2028
POP End: 03-31-2029


4015

1.00
EA
___________
Provide hazardous material collection and NY ELAP Method 198.6 (PLM) testing for requested non-friable organically bound building materials with a 1-week turnaround time. Materials can include Floor tiles (vinyl and asphalt), roofing Materials, mastics, caulking, and other NOB materials.
Contract Period: Option 4
POP Begin: 04-01-2028
POP End: 03-31-2029

4016

1.00
JB
___________
4 hour response time premium to any of the above items.
Contract Period: Option 4
POP Begin: 04-01-2028
POP End: 03-31-2029

(vi) Description of requirement - Scope of Work (SOW)

See attached document
(vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance.
FOB Destination

Buffalo VA Medical Center
3495 Bailey Avenue
Buffalo, NY 14215

Batavia VA Medical Center
222 Richmond Avenue
Batavia NY 14020

(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1:

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (DEC 2019)
52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023)
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
52.204-7 System for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (JUL 2016)
52.225-4 Buy American -Free Trade Agreements -Israeli Trade Act Certificate (NOV 2023)

(ix) The provision at FAR 52.212-2, Evaluation-Commercial Items (OCT 2014), applies to this acquisition.

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Responses to this RFQ shall contain sufficient information to conduct a comparative evaluation of the following factors:
Factor 1 - Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Technical Capability shall be determined on the basis of the qualification of the offeror s capability statement.
1) Provide a capability statement, of length no greater than 5 pages, demonstrating your ability to meet all requirements in the Statement of Work with no additional cost to the VA in manpower or dollars.
2) Provide the following documents/certifications:
Active New York State Department of Labor Asbestos Handling License (B.3.1.1 A))
Active New York State Department of Labor Asbestos Certificates for all technicians working on site (B.3.1.1 B)
Qualifications for laboratories to be used for this contract (B3.1.1 C) and D))
Resume and qualifications for any Certified Industrial Hygienist involved with air monitoring or material sampling under this contract (B.3.1 E) and B.3.1.2 C))
3) Provide a statement that the Contractor can meet the response times for emergency services stated in section (B.3.1.4 J)).
Factor 2 Past Performance: The Government shall evaluate the offeror s past performance. By past performance, the Government means the offeror s reputation for conforming to specifications and to standards of good workmanship, i.e., reliable service, qualifications, adherence to contract schedules to include both technical and administrative aspects of performance. The Government shall evaluate past performance based on information that may be obtained from the Offeror or from any other source such as previous commercial or Government contracts. The Government may also use any relevant information in its possession or in the public domain. Offerors without a record of relevant past performance may not be evaluated favorably or unfavorably.
Factor 3 Price: Vendor s price must be fair and reasonable as determined by Contracting Officers price analysis. Vendor shall complete the line item table in section v. of this combined synopsis/solicitation and the attached bid sheet. The total dollar value of the bid sheet shall be used to compare pricing between quotes and to properly evaluate price reasonableness.
Failure to provide the information requested in the evaluation criteria may result in being found non-responsive.
(c) Following receipt of quotes, the Government will perform a comparative evaluation in accordance with FAR Part 13. The Government will compare quotes to one another to select the offering that best benefits the Government.
(d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(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. The following clauses are included as addenda to FAR 52.212-4:
52.216-18 Ordering (AUG 2020)
Fill-ins: (04/01/2024), (03/31/2029)
52.216-19 Order Limitations (OCT 1995)
Fill-ins: ($100.00), ($30,000.00), ($50,000.00), (15), (5)
52.216-22 Indefinite Quantity (OCT 1995)
Fill-ins: (03/31/2029)
852.201-70 Contracting Officer s Representative (DEC 2022)
852.203-70 Commercial Advertising (JAN 2008)
852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned
Small Businesses (JAN 2023)(Deviation)
Fill ins: (),(X)
852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION)
852.232-72 Electronic Submission of payment requests (NOV 2018)
852.237-75 Key Personnel (OCT 2019)
852.242-71 Administrative Contracting Officer (OCT 2020)
CL-120 Supplemental Insurance Requirements
Fill-ins: ($500,000.00), ($200,000.00), ($500,000.00), $20,000.00)
52.252-2 Clauses Incorporated by Reference (FEB 1998)
52.204-13 System for Award Management Maintenance (OCT2 2018)
52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)
52.228-5 Insurance-Work on a Government Installation (JAN 1997)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (DEVIATION AUG 2020)
(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable:
52.203-17, Contractor Employee Whistleblower Rights (Nov 2023)
52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020)
52.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016)
52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023)
52.204 30 Federal Acquisition Supply Chain Security Act Orders Prohibition. (Dec 2023)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020)
52.219-28 Post Award Small Business Program Re-representation (SEP 2021)
52.222-3 Convict Labor ( JUN 2003)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (SEPT 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
52.222-41 Service Contract Labor Standards (AUG 2018)
52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014)
52.222-50 Combating Trafficking in Persons (OCT 2020)
52.222-55 Minimum Wages Under Executive Order 13658 (NOV 2020)
52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017)
52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (NOV 2023)
52.232-18 Encouraging Contract Policies to Ban Text Messaging While Driving (JUN 2020)
52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021)
52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT2018)
(xiii) The Service Contract Act of 1965 does apply to this procurement See attached Wage Determinations.

(xiv) N/A

(xv) This is as a SDVOSB set-aside combined synopsis/solicitation for asbestos air monitoring and material sampling services at the Buffalo and Batavia VA Medical Centers. The Government intends to award an indefinite delivery contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
The Quoter shall list exception(s) and rationale for the exception(s). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition.
Submission shall be received NO LATER THAN 12:00 PM EDT, Monday, March 26th, 2024. The Government shall only accept electronic submissions via email, please send all quotations to Michael.Spivack@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Request for information (RFI) will not be accepted after Monday, March 19th, 2024 @ 12:00 pm EST.
(xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Michael Spivack, Contracting Specialist; Michael.Spivack@va.gov .

Combined Synopsis/Solicitation Notice

Combined Synopsis/Solicitation Notice

Page 8 of 8
Combined Synopsis/Solicitation Notice
*= Required Field
Combined Synopsis/Solicitation Notice

Page 1 of

DESCRIPTION
See attached document: Canandaigua VA - 2022 EM One-lines - BW.
See attached document: Canandaigua VA - 2022 Normal One-lines - BW.
See attached document: Equipment Inventory Electrical Distribution Testing.
See attached document: Canandaigua - 2022 Campus One-line Overview.
See attached document: MAIN BREAKERS PER BUILDING.
See attached document: Canandaigua VA - 2022 EM One-lines - Color.
See attached document: Canandaigua VA - 2022 Normal One-lines - Color.
See attached document: WD Ontario.
See attached document: WD DBA Ontario.
Attachments/Links
Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 12, 2024 04:32 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 >