Federal Bid

Last Updated on 21 Jul 2021 at 9 PM
Combined Synopsis/Solicitation
Charleston South carolina

H356-- BASELINE ASBESTOS INSPECTION

Solicitation ID 36C24721Q1050
Posted Date 21 Jul 2021 at 9 PM
Archive Date 28 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office 247-Network Contract Office 7 (36c247)
Agency Department Of Veterans Affairs
Location Charleston South carolina United states 29403
Solicitation: BASELINE ASBESTOS INSPECTION Notice Type: Combined Synopsis/Solicitation Contracting Office Address: NCO 7 Contracting Office Department of Veterans Affairs Ralph H. Johnson VA Medical Center (RHJVAMC) 109 Bee St Charleston, SC 29403-5799 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06 dated July 12, 2021. This solicitation is 100% set-aside for SDVOSB. Only Department of Veterans Affairs Center for Veterans Enterprise (CVE) Vendor Information Pages (VIP) VetVipBiz verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSB in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal will be considered non-responsive and ineligible for award as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. The VIP database will be checked both upon receipt of an offer and prior to award. Likewise, Vendors/Offerors whose Socioeconomic status in SAM is NOT classified as SDVOSB under the listed NAICS code in this solicitation will be considered non-responsive and ineligible for award. See FAR 52.212-3, Offerors Representations and Certifications Commercial Items (FEB 2021). The associated North American Industrial Classification System (NAICS) code for this procurement is 562910; Remediation Services; Small Business Size Standards; $22 million. The FSC/PSC is H356 The Ralph H. Johnson VA Medical Center, 109 Bee Street, Charleston SC 29401 is seeking interested sources for Baseline Asbestos Inspection services for RHJVAMC Safety Department in accordance with attached Statement of Work (SOW). Offerors are therefore asked to complete PRICE/COST SCHEDULE-Item Information for each requisite item in their response, and to include a Grand Total for all items. PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ BASELINE ASBESTOS FACILITY INSPECTION TO INCLUDE BULK SAMPLING, ANALYSIS, SUMMARY REPORT (DRAWINGS/PHOTOS) AND LABELING POSTITVE ACM. Contract Period: Base POP Begin: 08-09-2021 POP End: 11-15-2021 GRAND TOTAL __________________ Period of Performance: The estimated Period of Performance is August 9, 2021 November 15, 2021. Place of Performance/Place of Delivery: The Ralph H. Johnson VA Medical Center, 109 Bee Street, Charleston SC 29403. Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting the requirement, and (2) price. Nonprice factors will be rated on an Acceptable/Unacceptable basis. Failure to meet any of the requirements will result in a Unacceptable rating and eliminate the offeror from further consideration for contract award. To be eligible for award, an offer must be rated no less than acceptable in the non-price factors. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: Technical Capabilities: Offeror will describe and provide information on their company s ability to perform the required services. Including technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the Statement of Work (SOW). Price: Offeror shall complete the Price/Cost Schedule-Item Information with offerors proposed contract line item prices inserted in appropriate spaces. The Government will evaluate offers for award purposes by adding the total of all Line Item prices to ensure that pricing is complete. Price will be evaluated for fair and reasonableness in accordance with FAR 12.209. Pricing should be considered FOB DESTINATION and MUST be good for 30 calendar days after close of solicitation. (End of Evaluation Criteria) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JUNE 2020) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (FEB 2021) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.204-18, 52.217-8, 52.217-9, VAAR 852.203-70, VAAR 852.219-10, VAAR 852.232-72 and VAAR 852.237-70. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (NOV 2020) The subparagraphs of FAR 52.212-5 are applicable, 52.204 10, 52.209-6, 52.219-6, 52.219-27, 52.219-28, 52.219-28, 52.222-3, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-41, 2.222-42, 52.222-43, 52.222-55, 52.223-18, 52.225-1, 52.225-13, 52.232-33, and 52.232-34. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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:" Quoters shall list exception(s) and rationale for the exception(s), if any. All quoters shall submit the following: Submitted offers shall not exceed 25 single-sided pages and any pages beyond this amount will be removed and not evaluated. Files should be sent in PDF format and no larger than 10MB or they may be automatically rejected by the server. The Government is not responsible for rejected e-mails that exceed the e-mail capacity. All quotes shall be submitted via email ONLY to the Contract Specialist (CS), Moses Deng at [email protected] no later than 2:00 PM EST on July 30, 2021. All quotes/offers submitted must include the Solicitation# 36C24721Q1050 and Baseline Asbestos Inspection in the subject line of the email. Hand deliveries or facsimile will not be accepted, telephone responses will NOT be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail ONLY no later than July 28, 2021 at 2:00 pm (EST) to Moses Deng, Contract Specialist (CS) at [email protected]. No questions received after this date will be answered. Telephone or faxed questions will not be answered. ONLY ELECTRONIC MAIL (EMAIL) QUESTIONS WILL BE ANSWERED. The solicitation number must be identified on all submitted questions. Statements expressing opinions, sentiments, or conjectures are not considered valid inquiries and will not receive a response. Point of Contact: Moses Deng Contract Specialist, NCO 7 Contracting Office, Ralph H Johnson VA Medical Center Department of Veterans Affairs 109 Bee Street Charleston, SC 29403-5799 [email protected]
Bid Protests Not Available

Similar Past Bids

Charleston South carolina 25 May 2021 at 6 PM
Charleston South carolina 20 May 2021 at 3 PM
Charleston South carolina 20 May 2021 at 3 PM
Saint cloud Minnesota 01 Jun 2021 at 7 PM

Similar Opportunities

Rialto California 24 Jul 2025 at 6 PM
Charleston South carolina 09 Jul 2025 at 4 AM (estimated)
Arlington Virginia 15 Jul 2025 at 9 PM
Location Unknown 08 Sep 2025 at 10 PM