Indoor Air Quality Reinspection and Proactive Monitoring Program

Jun 26, 2020 | SDVOSB Set-Asides

Solicitation Number: 36C26220Q0958

Department/Ind. Agency: VETERANS AFFAIRS, DEPARTMENT OF
Sub-Tier: VETERANS AFFAIRS, DEPARTMENT OF
Office: 262-NETWORK CONTRACT OFFICE 22L (36C262)
Location: Loma Linda, CA 92357
Notice Type: Combined Synopsis/Solicitation
Posted Date: 6/24/2020
Response Date: 7/2/2020 2:00 PM
Archive Date: 7/17/2020
Set Aside: Service-Disabled Veteran-Owned Small Business
Classification Code: H – Quality control, testing & inspection services
PSC Code: H341 (INSPECTION- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT)
Last Change: 6/25/2020 3:17 AM

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 — Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR — Part 13 Simplified Acquisition Procedures, specifically FAR 13.5 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation is attached to this announcement.

Solicitation 36C26220Q0958 is issued as a Request for Quote (RFQ) and constitutes the only solicitation.  The Government intends to award a single Firm-Fixed-Price (FFP) contract from this solicitation.

The North American Industry Classification System (NAICS) Code is 541620: ENVIRONMENTAL CONSULTING SERVICES. This procurement will be issued as a 100% total set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB), see FAR Clause 52.219-14 and VAAR Clause 852.219-10.

The purpose of this contract is to have a contractor to furnish all labor, materials, supplies, tools, equipment, and qualified personnel to provide services for the Indoor Air Quality Reinspection and Proactive Monitoring Program per the Statement of Work.

There are 13 facilities listed below that require an annual review of the buildings mechanical systems where they relate to indoor air quality, combined with measurements of selected indoor contaminants that help to verify the performance of the building systems providing quality indoor air.

Place of PerformanceVA Loma Linda Healthcare System

11201 Benton Street

Loma Linda, CA 92357

 

Basis of Award: Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government.  Offeror quotes will be evaluated in the following manner.  The lowestpriced quote will be identified.  The lowest-priced quote will be evaluated to determine if the quoted price exceeds the amount of funding available for the procurement.  If the quoted price does not exceed the amount of funding available for the procurement, the quoted price will be evaluated to determine if it is reasonable.  If the quoted price is found to be reasonable, the offeror who submitted this quote will be identified as the “successful offeror.”  The Contracting Officer will then determine if the successful offeror is responsible using the general standards of responsibility and the special standards of responsibility applicable to this procurement.  If contract award cannot be made to the successful offeror, the Contracting Officer will evaluate the next lowest-priced quote following the procedures described above.  This process will continue until a contract award can be made or the Contracting Officer determines that no contract award can be made.  The Contracting Officer may find all quotes not acceptable and cancel the solicitation if the lowest-priced quote exceeds the amount of funding available for the procurement.  The Contracting Officer may likewise find a quote under evaluation, as well as all remaining quotes, not acceptable and cancel the solicitation if the quote currently under evaluation exceeds the amount of funding available for the procurement.  The Government intends to evaluate quotes and award a contract without discussions with offerors.  However, the Government reserves the right to conduct discussions at any time if determined by the Contracting Officer to be in the Government’s interest.   In addition to the General Standard of Responsibility found in FAR 9.104-1 and in accordance with FAR 9.104-2, the following Special Standard of Responsibility applies to this procurement:

Submitting Offer: Offeror(s) are reminded to thoroughly review the solicitation in its entirety and shall submit their offer using the Solicitation Price Schedule.  Offeror is advised the Government may be unable to receive other types of electronic files (e.g. compressed or zip files) or files larger than ten (10) megabytes (MB).  It is the offeror’s responsibility to ensure all required documents are included and completed as required by this solicitation.  Offeror(s) shall submit their quotes to David Odne via email at [email protected].  Ensure to include RFQ # 36C26220Q0958 Indoor Air Quality Reinspection and Proactive Monitoring Program” in the subject line of the email.

Questions Submission Deadline: Please submit all questions by 6/29/2020 NLT 11:00 AM

Quote Submission Deadline: All offeror quotes shall be received by 7/02/2020, NLT 11:00AM Pacific time.  Offeror quotes received after the prescribed deadline, may be considered non-responsive and may not be considered for award.

Questions or Inquiries:  For all/any immediate question(s) or concern(s) please contact David Odne via email at [email protected].


Contracting Office Address

4811 AIRPORT PLAZA DRIVE, LONG BEACH, CA 90815

Place of Performance

Loma Linda, CA 92357

Contact Information

David Odne [email protected]
Contract Specialist
[email protected]

Main Email

[email protected]

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.