H141--Environmental Compliance Support, South Coast Air Quality Management District

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Virginia
Type of Government: Federal
FSC Category:
  • H - Quality Control, Testing, and Inspection Services
NAICS Category:
  • 541620 - Environmental Consulting Services
Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Posted Date: Apr 10, 2024
Due Date: Apr 22, 2024
Solicitation No: 36C26224Q0993
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
H141--Environmental Compliance Support, South Coast Air Quality Management District
Active
Contract Opportunity
Notice ID
36C26224Q0993
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 10, 2024 12:05 pm PDT
  • Original Date Offers Due: Apr 22, 2024 10:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: H141 - QUALITY CONTROL- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:
    VA Greater Los Angeles Healthcare System Los Angeles , 90073
    USA
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.

1.a. Project Title: Environmental Compliance Support
1.b. Description: VA Greater Los Angeles Healthcare System is seeking a contractor to provide Environmental compliance Support to VA GLAHS facilities ( VA WEST LA, VA SEPULVEDA, VA LAACC and VA Cemetery) on the compiled complex rules and regulations of South Coast Air Quality Management District and Environmental Protection Agency.
1.c. Project Location: VA Greater Los Angeles Healthcare System
1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26224Q0993.
1.e. Set Aside: This solicitation is issued as a SDVOSB set aside.
1.f. Applicable NAICS code: 541620, Environmental Consulting Services.
1.g. Small Business Size Standard: $19 Million
1.h. Type of Contract: Firm Fixed Price
1.i. Period of Performance: 244 days
1.j. Wage Determination applicable to this project: SCA WD 2015-5613 revision 23
1.k. Request for Information (RFI) should be submitted via email no later than 2pm PST Monday, April 15th, 2024, to ositadima.ndubizu@va.gov

2. Statement of Work

2.1. Objective. VA Greater Los Angeles Healthcare System is seeking a contractor to provide Environmental compliance Support to VA GLAHS facilities ( VA WEST LA, VA SEPULVEDA, VA LAACC and VA Cemetery) on the compiled complex rules and regulations of South Coast Air Quality Management District and Environmental Protection Agency.

2.2. Background. Under federal and state law, the South Coast Air Quality Management District (South Coast AQMD) is under a legal obligation to enforce air pollution regulations. These regulations are primarily meant to ensure that the surrounding (or ambient) air meets federal and state air quality standards.

2.3. Scope. The contractor must provide the following tasks:
Contractor shall calculate the fees on the Annual Emissions Report for VA West Los Angeles, VA Sepulveda.
Contractor shall compile and submit mandatory Data Reports on GHG (Greenhouse Gas Emissions) for VA West Los Angeles and VA Sepulveda as required by the California Air Resources Board (CARB) mandated by the Global Warming Solutions Act of 2006 (AB 32).
Contractor will help us navigate the detailed complex Hazardous Materials Business Plan disclosure reporting. These reports are required by federal, national, and local authorities designed to protect the public and environment from adverse effects of improper storage and handling of Hazardous Materials.
Contractor shall maintain and pay the permit fees for VA West Los Angeles- Indoor Shooting Range for our Police Department.
Contractor shall register and keep records of our facility refrigerant usage and report the information to AQMD. The reported information is used by AQMD to calculate emissions from maintenance of and leaks from these sources.

The following projects must be completed:

Hazardous Materials Business Plan update for the West Los Angeles site;
Hazardous Materials Business Plan update for the Sepulveda site;
Hazardous Materials Business Plan update for the Los Angeles site;
Hazardous Materials Business Plan update for the National Cemetery;
SCAQMD permitting for an emergency backup generator at the Sepulveda site;
SCAQMD permitting for a gasoline dispensing system at the West Los Angeles site;
Required Title V permit revisions at the West Los Angeles site;
On-going SCAQMD compliance at the shooting range located at the West Los Angeles site;
CY2023 SCAQMD Annual Emissions Report for the West Los Angeles site;
CY2023 SCAQMD Annual Emissions Report for the Sepulveda site;
CY2023 Mandatory Reporting Rule Greenhouse Gas report for the West Los Angeles site;
Hazardous Waste Biennial Report for the Sepulveda site;
Hazardous Waste Biennial Report for the West Los Angeles site;
SCAQMD Rule 1415 Registration for the chillers at the Los Angeles site;
SCAQMD Rule 1415 Registration for the chillers at the West Los Angeles site;
SCAQMD Rule 1415 Registration for the refrigerant gas use at the Sepulveda site.

2.5. Specific Requirements: Your quote evaluation will be based on price and your ability to provide the following:

Capabilities statement showing that they can perform the tasks listed in section 2.3, Scope.
Past Performance: Any prior experience in providing environmental compliance support according to the rules and regulations of South Coast Air Quality Management District and Environmental Protection Agency at medical facilities.

2.6. Period of Performance. The period of performance will be 244 days. Working hours will be Monday-Friday from 7am to 4pm.

a. National Holidays:
New Year s Day January 01
Martin Luther King s Birthday Third Monday in January
President s Day Third Monday in February
Memorial Day Last Monday in May
Independence Day July 04
Labor Day First Monday in September
Columbus Day Second Monday in October
Veterans Day November 11
Thanksgiving Day Fourth Thursday in November
Christmas Day December 25

b. If the holiday falls on a Sunday, the following Monday will be observed as a national holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America.

Overtime & Holiday Pay: Overtime pay is at the rate of one and one-half times the employee's regular rate of pay for all hours worked in excess of eight up to and including 12 hours in any workday, and for the first eight hours of work on the seventh consecutive day of work in a workweek. Overtime pay also includes Federal Holidays.
2.7. Contractor Personnel Background Requirements.

a. The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive.

b. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract.

c. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government.

d. The cost of such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basic of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. Currently, the current estimated costs for such investigations are as follows:

Level of Sensitivity Background investigation level Approximate Cost
Low Risk National Agency Check with Written Inquiries $ 231.00
Moderate Risk Minimum Background Investigation $ 825.00
High Risk Background Investigation $ 3,465.00

e. The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of Contractor personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for Contractor personnel who will not be required to access VA computer systems nor gain access to sensitive materials.
2.8. Contractor Employees

a. The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC).

b. Badge. Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented.

c. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations.

d. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices, and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas.

2.9. Insurance Coverage

a. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract.

b. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract.

c. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer.

d. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued.

3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, dated 10/10/2019. The following provisions and clauses apply to this solicitation and can be found in enclosure 2.
3.a. FAR 52.212-1, Instructions to Offerors Commercial Items
3.b. FAR 52.212-2, Evaluation -- Commercial Items
3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items
3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items
3.e. Supplemental Insurance Requirements
3.f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
3.g. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance
3.h. FAR 52.233-2, Service of Protest
3.i. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution
3.j. VAAR 852.233-71, Alternative Protest Procedure

4. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1, capabilities statement and past performance via email no later than 10am PST Monday, April 22nd, 2024, to ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet:

4.3.a. Vendor Information with UEI number (Company info and quote should be on the Enclosure 1 form)
4.3.b. Acknowledgement of amendments along with your Capabilities Statement and Past Performance
4.3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions
4.3.d. Schedule of services
4.3.e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
4.3.f. FAR 13.106-2(b)(3), Evaluation of quotations or offers.
Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 10, 2024 12:05 pm PDTCombined Synopsis/Solicitation (Original)

Related Document

Apr 29, 2024[Combined Synopsis/Solicitation (Updated)] H141--Environmental Compliance Support, South Coast Air Quality Mgmt District

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Views: Current Version ( 63 ) All Versions ( 546 ) Details RFP-63178

State Government of Virginia

Bid Due: 5/31/2024

Views: Current Version ( 81 ) All Versions ( 81 ) Details IFB-64769

State Government of Virginia

Bid Due: 5/01/2024

Follow H946--Sterile Processing Service (SPS) Water and Steam Testing Battle Creek Active Contract

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 5/01/2024

Elevator Inspection and Plan Review BID NUMBER: RFP2000003899 CLOSING DATE/TIME: May 31, 2024

Fairfax County

Bid Due: 5/31/2024