F--Legionella Water Testing
Attachment 2: Combined Synopsis/Solicitation COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25620Q0154 Po... Attachment 2: Combined Synopsis/Solicitation COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25620Q0154 Posted Date: 12/4/19 Response Date: 12/20/19 at 3:00P.M. Central Product or Service Code: F103 Set Aside: SDVOSB NAICS Code: 541380 Contracting Office Address 1515 Poydras Street Suite 1100 New Orleans, LA 70112 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; Quotations 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 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 541380, with a small business size standard of $16.5 million. The New Orleans, Louisiana VA Medical Center is seeking Legionella water testing Services. All interested companies shall provide a quotation for the following: Services QUARTERLY LEGIONNELA TESTING, BUILDINGS 1, 2, 6, & 7 SOUTHEAST LOUISIANA VETERANS HEALTH CARE SYSTEM NEW ORLEANS, LA 70119 SCOPE OF WORK Furnish all labor, tools, materials, equipment, and supervision necessary to perform all work associated with testing for Legionella bacteria and other impurities at various described locations in Buildings 1, 2, 6, and 7 on a quarterly basis, all buildings being located at the Southeast Louisiana Veterans Healthcare System, New Orleans LA. The quarterly water testing work required is listed as follows: Contractor shall test on a quarterly basis both the hot-water and cold-water faucets at ten (10) locations in each of Buildings 1, 2, & 6 and twelve (12) cooling towers on top of Building 7. The test locations at each building will be determined by Veterans Affairs (VA) personnel. The period of performance for this service contract will be for one base year and four (4) optional years (with each optional year also having quarterly sampling and testing). Samples taken of the potable water system at the distal sites for this service contract will be tested for Legionella bacteria, residual biocide, pH and temperature. Test results will be forwarded to the Contracting Officer Representative (COR) and the Industrial Hygienist within 15 working days of sampling. Test results shall be sent to both individuals via electronic mail with a pdf attachment within the specified period of time. The Contractor shall provide 288 tests through 4 quarters (72 per quarter), and up to 40 additional tests throughout the four quarters at any given time, per the request of the VA. Contractor shall coordinate the distal site sampling locations with VA personnel. No water sampling shall occur until VA has given prior approval to start work. Contractor will be required to be escorted at all times while sampling is in process. All water samples shall be collected per CDC guidelines. Samples shall be tested at laboratories certified by the CDC Environmental Legionella Isolation Techniques Evaluation (ELITE). Analysis will include the culture, identification and enumeration of Legionella species and serotyping including the target species Legionella pneumophilia serogroup. WATER SAMPLING SCHEDULE Water sampling and test results shall be submitted to the New Orleans VA for the first quarter in an effort to report the water sampling results in January 2020 in accordance with VHA Directive 1061. Each subsequent quarterly sampling and testing shall be performed such that results are reported in accordance with VHA Directive 1061. Work will be performed during the hours of 8:00 AM and 4:30 PM, Monday through Friday, exclusive of Federal Holidays. Some work outside of normal hours of operations may be necessary and must be coordinated with the Project COR. SPECIAL CONSIDERATIONS BY THE CONTRACTOR: All sampling and testing shall be done in accordance with VHA Directive 1061. The contractor will be responsible for cleanliness of the building area both interior and exterior. SAFETY CONSIDERATIONS: Contractor s workmen shall provide and utilize all safety requirements in accordance with OSHA regulations during all phases of the work. Contractor will not be allowed to use Government tools, materials, and/or labor for this project. All work is to be performed in strict compliance with the Scope of Work . PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 80.00 EA __________________ __________________ Bldg 1 (impatient) Contract Period: Base 0002 80.00 EA __________________ __________________ Bldg 2 (D&T) Contract Period: Base 0003 80.00 EA __________________ __________________ Bldg 6 (TL) Contract Period: Base 0004 48.00 EA __________________ __________________ BLDG 7 (CEP Cooling Towers) Contract Period: Base 0005 288.00 EA __________________ __________________ LEGIONELLA Test Contract Period: Base 0006 40.00 EA __________________ __________________ Test as needed Contract Period: Base 0007 40.00 EA __________________ __________________ Legionella Test Contract Period: Base 1001 80.00 EA __________________ __________________ Bldg 1 (impatient) Contract Period: Option 1 1002 80.00 EA __________________ __________________ Bldg 2 (D&T) Contract Period: Option 1 1003 80.00 EA __________________ __________________ Bldg 6 (TL) Contract Period: Option 1 1004 48.00 EA __________________ __________________ BLDG 7 (CEP Cooling Towers) Contract Period: Option 1 1005 288.00 EA __________________ __________________ LEGIONELLA Test Contract Period: Option 1 1006 40.00 EA __________________ __________________ Test as needed Contract Period: Option 1 1007 40.00 EA __________________ __________________ Legionella Test Contract Period: Option 1 2001 80.00 EA __________________ __________________ Bldg 1 (impatient) Contract Period: Option 2 2002 80.00 EA __________________ __________________ Bldg 2 (D&T) Contract Period: Option 2 2003 80.00 EA __________________ __________________ Bldg 6 (TL) Contract Period: Option 2 2004 48.00 EA __________________ __________________ BLDG 7 (CEP Cooling Towers) Contract Period: Option 2 2005 288.00 EA __________________ __________________ LEGIONELLA Test Contract Period: Option 2 2006 40.00 EA __________________ __________________ Test as needed Contract Period: Option 2 2007 40.00 EA __________________ __________________ Legionella Test Contract Period: Option 2 3001 80.00 EA __________________ __________________ Bldg 1 (impatient) Contract Period: Option 3 3002 80.00 EA __________________ __________________ Bldg 2 (D&T) Contract Period: Option 3 3003 80.00 EA __________________ __________________ Bldg 6 (TL) Contract Period: Option 3 3004 48.00 EA __________________ __________________ BLDG 7 (CEP Cooling Towers) Contract Period: Option 3 3005 288.00 EA __________________ __________________ LEGIONELLA Test Contract Period: Option 3 3006 40.00 EA __________________ __________________ Test as needed Contract Period: Option 3 3007 40.00 EA __________________ __________________ Legionella Test Contract Period: Option 3 4001 80.00 EA __________________ __________________ Bldg 1 (impatient) Contract Period: Option 4 4002 80.00 EA __________________ __________________ Bldg 2 (D&T) Contract Period: Option 4 4003 80.00 EA __________________ __________________ Bldg 6 (TL) Contract Period: Option 4 4004 48.00 EA __________________ __________________ BLDG 7 (CEP Cooling Towers) Contract Period: Option 4 4005 288.00 EA __________________ __________________ LEGIONELLA Test Contract Period: Option 4 4006 40.00 EA __________________ __________________ Test as needed Contract Period: Option 4 4007 40.00 EA __________________ __________________ Legionella Test Contract Period: Option 4 GRAND TOTAL __________________ The period of performance is base year 12/2019 12/2020 with Four one-year options. Place of Performance Facility Locations: Southeast Louisiana Veterans Healthcare System 2400 Canal Street New Orleans, LA 70119 Award shall be made to the quoter whose quotation offers the best value for the government based on Price, Technical capability/approach, and past performance. The government will evaluate information based on the following evaluation criteria: Price, Technical capability/approach *the Government intends on sending the lowest price quote to technical evaluation. After the solicitation closing time and date. 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 OCT 2018 FAR 52.212-3, Offerors Representations and Certifications Commercial Items OCT 2018 52.204-7, System for Award Management OCT 2018 52.204-16, Commercial and Government Entity Code Reporting JUL 2016 52.217-5, Evaluation of Options JUL 1990 852.209-70, Organizational Conflicts of Interest JAN 2008 852.270-1, Representatives of Contracting Officers JAN 2008 852.273-74, Award Without Exchanges JAN 2003 *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 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders OCT 2018 52.204-9, Personal Identity Verification of Contractor Personnel JAN 2011 52.204-13, System for Award Management Maintenance OCT 2018 52.204-18, Commercial and Government Entity Code Maintenance JUL 2016 52.217-8, Option to Extend Services NOV 1999 52.217-9, Option to Extend the Term of the Contract MAR 2000 52.232-19, Availability of Funds for the Next Fiscal Year APR 1984 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DEC 2013 852.203-70, Commercial Advertising MAY 2008 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) 852.237-70, Contractor Responsibilities APR 1984 The following subparagraphs of FAR 52.212-5 are applicable: 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). (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). (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)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (28)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (49) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (C)(2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). (55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). (C) (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). (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). (C) (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (C) (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). All quoters shall submit the following: 1 Copy of the following Volume 1: Technical Approach/capabilities Volume 2: Price All quotations shall be sent to aaron.angstadt@va.gov This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a Firm Fixed Price 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 3:00P.M. Central on 12/20/2019. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Emailed quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Aaron Angstadt, aaron.angstadt@va.gov. INSTRUCTIONS TO OFFERORS This acquisition is being procured using Simplified Acquisition Procedures under the authority of FAR Part 13.5 procedures. This solicitation is Unrestricted. which includes all CLIN items being requested in the solicitation. The Government intends to solicit this requirement and award a subsequent contract without discussions, clarifications, or negotiations. However, if necessary the Government will seek clarification and additional information for offers that are submitted from any eligible offeror. Offerors are encouraged to provide their best offer initially because the opportunity to enter into discussions or to provide a better offer at a later time will not be possible. The Government intends to award to the offeror whose offer represents the best value to the government after consideration of all technical and price factors. FAR Part 52.212-2, Evaluation - Commercial Items: does not apply to this solicitation. Pursuant to FAR subpart 13.106-2, the Government will award a Firm-Fixed Price contract to a single successful offeror/contractor whose offer/quote in response to this solicitation will be most advantageous to the Government. Award will be made to the lowest priced offeror that meets ALL requirements of this solicitation and the Statement of Work (SOW). OFFER SUBMISSION GUIDANCE: Offer Submission Guidance: Offers shall be submitted via e-mail only to Aaron Angstadt, aaron.angstadt@va.gov. Offers shall be submitted on or before the close date/time as specified in this solicitation. Offers are due no later than Friday, Dec. 20, 2019, by 3:00 p.m. CDT (New Orleans, LA). Any contractor submissions or requests for information about this RFQ received after the closing date and time of this solicitation (for any reason) are late and shall not be considered. It is unlikely that the solicitation close date will be extended so offerors are encouraged to respond on or before the close date with their best offer. Solicitation Questions: Questions shall be submitted via e-mail only Aaron Angstadt, aaron.angstadt@va.gov. Questions/answers will be posted via an amendment to this solicitation. It is the responsibility of the contractor to monitor for any and all amendments to this solicitation. Questions shall only be accepted from those parties who are an interested party to this solicitation. INSTRUCTIONS FOR OFFER PREPARATION AND SUBMISSION Offerors shall submit their offer in two volumes as detailed in this section of the solicitation. All offers shall conform to the solicitation provisions and be prepared in accordance with this section. Offers shall be clearly and concisely written as well as neat, indexed (cross indexed as appropriate) and be logically assembled. All pages shall be appropriately numbered and the font chosen should be easily readable. Each volume will be separated by section and will include a Table of Contents identifying each section. OVERALL ARRANGEMENT OF OFFERS Volume 1 will contain responses to Technical Capability evaluation criteria. Technical Capability is comprised of the following factors: A. Relevant Experience, B. Personnel Qualifications, Capabilities, and Certifications, and C. Schedule. This volume will be clearly marked on the outside and on the cover page with the Offeror s name, the solicitation number, and the title Technical Proposal. Such input/feedback is necessary to ensure that potential offerors are specifically addressing the specific requirements of this solicitation and the SOW in relation to their relevant qualifications and related experience to this requirement. Volume 1 must not contain any pricing information. Volume 2 will contain the information required under the price factors listed below. This volume will be clearly marked on the outside and on the cover page with the Offeror s name, the solicitation number, and the title Price Proposal . a) Pricing shall be entered as required on the pricing schedule and totaled at the bottom of the pricing schedule. VOLUME 1 TECHNICAL Volume Technical Capability Offerors shall submit documentation to prove their capability to perform the services described in the SOW. Offerors should address all aspects of the statement of work in sufficient detail to show a complete understanding of the requirement and a well-formed plan to execute the tasks required. The offeror s proposal shall contain information demonstrating the relevance of the Offeror's experience as it relates to. Relevant experience is defined as experience that is the same as, related to and/or or is similar to the current need requirement. The Offeror shall submit the following as part of Volume I: Factor A: Experience: The offeror s proposal shall contain information demonstrating the relevance of the Offeror's experience as it relates to healthcare organization transformation services, in order to accomplish SOW tasks/deliverables. Factor B: Personnel Qualifications, Capabilities, and Certifications The personnel required for the successful execution of this requirement are identified in the SOW. Offerors shall include as part of their submission a description of the skills, abilities, knowledge, and certifications of the personnel who will be responsible for carrying out tasks. Documentation which includes (but is not limited to) resumes, certifications, credentials, and education documents should be submitted that verifies the relevant experience, education, and knowledge of these individuals. Individuals shall demonstrate experience in projects of similar scope, nature, and duration, with examples if available. Personnel who will be provided to execute this requirement shall be available at the appropriate times and durations. Factor C: Schedule Offerors shall submit documentation to prove their ability to meet the performance schedule as defined in the SOW. Offerors shall be specific on their plan to ensure timely performance of all required tasks within the appropriate/necessary time windows that are outlined in the sow. The Offeror's proposal shall demonstrate the Offeror's understanding of the requirements and describe how the Offeror proposes to meet anticipated/projected dates when completing these tasks. A projected schedule which indicates the ability to successfully complete tasks/deliverable (within the appropriate time windows) should be included. VOLUME 2 PRICE Volume Price Offeror shall include in this section the following items: a) Pricing entered as required on the pricing schedule and totaled at the bottom of the pricing schedule. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Evaluation Criteria Lowest Price Technically Acceptable Basis of Award: A Lowest Priced Technically Acceptable procurement is being conducted. As such, award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factor. Past Performance history will be considered for responsibility determination purposes only (FAR 9.104-1(c). The evaluation factors are as follows: Factor 1-Price Factor 2-Technical Under the technical factor, each offeror s responses will be evaluated on a pass/fail basis or acceptable/unacceptable basis. This determination will be based on the offeror demonstrating in its proposal a technical solution that minimally meets the technical requirements specified in the Solicitation s Statement of Work. Price will be evaluated for fairness and reasonableness. Factor 1 PRICE: Prices will be evaluated on the basis of price fairness and reasonableness. Factor 2 TECHNICAL CAPABILITIES/APPROACH: Offerors must submit relevant information demonstrating technical capability to satisfactorily perform the following requirement as expressed in the Statement of Work in the Solicitation. Point of Contact Aaron Angstadt, Contracting Officer 1515 Poydras St suite 1100, New Orleans 70112 Aaron.angstadt@va.gov
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »