Similar Projects
Remediation of 273 Riverside Avenue
Infrastructure
Sub-Bidding
$120,000 CJ est. value
Bristol, CT 06010

Wrong Way Pavement Markings - Secondary Roadways
Infrastructure
Sub-Bidding
$600,000 CJ est. value
Newington, CT 06111

RFP - Consulting Services for Plan of Conservation and Development
Term Contract
Post-Bid
Bloomfield, CT 06002

Home Modification for a Person With a Disability
Renovation
Post-Bid
$17,000 CJ est. value
Hartford, CT 06103

HAZMAT Abatement and Renovations Fire Stations 1 and 2
Renovation, Alteration
Results
New Britain, CT 06051

Asbestos Abatement and Flooring Installation at Webster Hill Elementary School
Alteration
Results
$250,000 est. value
West Hartford, CT 06107

RFQ - Conservation and Development and Affordable Housing Plan
Term Contract
Post-Bid
Berlin, CT 06037

Manchester Landfill Construction and Demolition (C and D) Waste for Disposal
Demolition, Infrastructure
Results
$138,600 CJ est. value
Manchester, CT 06040

Sand for Snow and Ice Control
Term Contract
Post-Bid
Hartford, CT 06103

Manchester High School Exterior Signage
Infrastructure
Post-Bid
$50,000 CJ est. value
Manchester, CT 06040

Environmental Remediation and Demolition of buildings
Term Contract, Demolition, Infrastructure
Post-Bid
$200,000 CJ est. value
New Britain, CT 06051

Environmental Site Mitigation - 237 Hamilton Street
Demolition, Infrastructure
Post-Bid
$20,000 CJ est. value
Hartford, CT 06106

Property Maintenance Services for Church Corners Inn
Term Contract
Post-Bid
East Hartford, CT 06108

Property Maintenance Services for Silver Lane Plaza
Term Contract
Post-Bid
East Hartford, CT 06118

Grass Seed / Fertilizer
Term Contract
Post-Bid
Hartford, CT 06103

Last Updated 05/10/2023 12:01 PM
Project Title

Newington Corrosion Control Chemical Water Treatment Open Market Unrestricted

Physical Address View project details and contacts
City, State (County) Newington, CT 06111   (Hartford County)
Category(s) Single Trades
Sub-Category(s) Environmental
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected June 2023
Bids Due View project details and contacts
Estimated Value $150,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Combined Synopsis Solicitation Newington VAMC Water Corrosion Control (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24123Q0573 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. (iv) This requirement is being issued as an open market unrestricted. The associated NAICS code is 541620 Environmental Consulting Services and small business size standard is $19 million. (v) The Government intends to award a firm-fixed price award for Corrosion Control Chemical Water Treatment at the Newington VAMC. Please see the attached Performance Work Statement for full requirement details (Attachment 1). Please complete attached Price Schedule (Attachment 2) and submit with the quote submission. Please note the speculated period of performance start date is: 01-June-2023, this date is subject to change depending on the award date. (vi) The Contractor shall provide all resources necessary to provide corrosion control chemical water treatment IAW the attached Performance Work Statement. Please see the attached PWS for full requirement details. (vii) The Place of Performance is: Newington VA Medical Center 555 Willard Avenue Newington, CT 06111 (viii) Provision at 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (MAR 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 (AUG 2020), 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020), 852.215-70 Service-Disabled Veteran-Owned Small Business Evaluation Factors (JAN 2023), 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement (NOC 2021), 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (DEC 2022). Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to David.Valenzuela2@va.gov and Joshua.Gallien@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is May 12, 2023, 1:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. Submit all questions VIA email to David.Valenzuela2@va.gov and Joshua.Gallien@va.gov. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:A Price (Follow these instructions): Offeror shall complete the attached Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.A Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards. Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Vendors claiming veteran status shall be certified as a SDVOSB in VetBiz or VetCert. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant).A Please utilize Attachment 3 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Performance Work Statement. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Performance Work Statement in a timely efficient manner.A Contractor shall provide evidence of a State of CT certified Class 1 Water Treatment Plant Operator certification as identified in the PWS and include within the solicitation response. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Products and Services (DEC 2022), 52.252-2 Clauses Incorporated by Reference (FEB 1998), 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 (AUG 2020), 52.217-8 Option to Extend Services (NOV 1999), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023), 852.203-70 Commercial Advertising (MAY 2018), 852.204-70 Personal Identity Verification of Contracting Personnel (MAY 2020), 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023), 852.215-71 Evaluation Factor Commitments (OCT 2019, 852.232-72 Electronic Submission of Payment Requests (NOV 2018), 852.242-71 Administrative Contracting Officer (OCT 2020). (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-4, 25.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-41 (Applicable Wage Determination 2015-4119 (Rev-22)), 52.222-42, 52.222-43, 52.222-55, 52.222-62. (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due May 19, 2023, at 2:00 PM EST. RFQ responses must be submitted via email to: David.Valenzuela2@va.gov and Joshua.Gallien@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is David Valenzuela and Josh Gallien ( David.Valenzuela2@va.gov and Joshua.Gallien@va.gov). *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 01 - General Requirements, Special Procedures, Environmental Procedures.
Division 02 - Existing Conditions, Environmental Assessment, Hazardous Material Assessment, Site Remediation, Asbestos Remediation.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents