General Services Administration

Federal Supply Service

Authorized Federal Supply Schedule Price List

 

Schedule for Environmental Services

Federal Supply Group: 899, Class: F999

Contract Number: GS-10F-0350R

For more information on ordering from Federal Supply Schedules click on the FSS Schedules button at http://www.fss.gsa.gov

Contract Period: June 16, 2005 through June 15, 2010

 

Contractor: Neilson Associates, Inc.

42 Blue Stone Drive

Chadds Ford, PA, 19317

 

Business Size: Small, Woman Owned Business

 

Telephone: 610-793-0883

FAX Number: 610-793-0885

Web Site: http://www.neilsonassociates.com

E-mail: brenda.neilsonhansen@neilsonassociates.com

Contract Administration: Brenda A. Neilson Hansen

 


 

Table Of Contents

1.0 Customer Information.. 3

2.0 NEILSON ASSOCIATES, INC. COMPANY PROFILE.. 15

3.0 SIN Profiles.. 17

SIN 899-1 Environmental Planning and Documentation.. 17

SIN 899-2 Environmental Compliance Services.. 18

SIN 899-4 - Waste Management Services And Software.. 19

4.0 Labor Categories.. 20

5.0 Training Services Descriptions.. 25

SIN 899-3 - Environmental Occupational Training Service.. 25

6.0 Rates For Federal Supply Schedule Contract For Environmental Services.. 27


1.0             Customer Information

 

1a. Table of Awarded Special Item Number(s) (SINS): See Table of Contents

 

1b. Identification of the lowest priced model number and lowest unit price for that model for each special item number awarded. See Table of Contents

 

2. Maximum Order Limitation: $5,000,000.00

 

3. Minimum Order: $100.00

 

4. Geographic Coverage (Delivery Area): Domestic and Overseas

 

5. Point(s) of production (city, county, and state or foreign country): Consulting services performed at the Government site with support services provided from company address.

 

6. Discount from list prices or statement of net price: Government net prices (discounts already deducted). See the following.

 

7. Quantity discounts: None Offered

 

8. Prompt payment terms: 1% - 30/Net 31 days

 

9a. Notification that Government purchase cards are accepted at or below the micro-purchase threshold: Yes

 

9b. Notification whether Government purchase cards are accepted or not accepted above the micro0-purchase threshold: Not

 

10. Foreign items (list items by country of origin): None

 

11a. Time of Delivery: Specified on the Task Order

 

11b. Expedited Delivery: Contact Contractor

 

11c. Overnight and 2-day Delivery: Contact Contractor

 

11d. Urgent Requirements: Contact Contractor

 

12. F.O.B. Points(s): Destination

 

13a. Ordering Address(es): Neilson Associates, Inc.

Attn: Brenda Neilson Hansen

42 Blue Stone Drive

Chadds Ford, PA, 19317

 

13b. Ordering Procedures: For supplies and services, the ordering procedures, information on Blanket Purchase Agreements (BPA s) and a sample BPA can be found at the GSA/FSS Schedule homepage (fss.gsa.gov/schedules).

 

14. Payment address(es): Neilson Associates, Inc.

Attn: Brenda Neilson Hansen

42 Blue Stone Drive

Chadds Ford, PA, 19317

 

15. Warranty Provision: Contractor s standard commercial warranty.

 

16. Export Packing Charges (if applicable): N/A

 

17. Terms and conditions of Government purchase card acceptance (any thresholds above the micro-purchase level): Contact Contractor

 

18. Terms and conditions of rental, maintenance, and repair (if applicable): N/A

 

19. Terms and conditions of installation (if applicable): N/A

 

20. Terms and conditions of repair parts indicating date of parts price lists and any discounts from list prices (if applicable): N/A

 

21. List of service and distribution points (if applicable): N/A

 

22. List of participating dealers (if applicable): N/A

 

23. Preventive maintenance (if applicable): N/A

 

24a. Special attributes such as environmental attributes, (e.g., recycled content, energy efficiency, and/or reduced pollutants): N/A

 

24b. If applicable, indicate that Section 508 compliance information is available on Electronic and Information Technology (EIT) supplies and services and show where full details can be found (e.g., contractor s website or other location.) The EIT standards can be found at www.Secton508.gov : N/A

 

25. Data Universal Numbering System (DUNS) number: 09-1639658

 

26. Notification regarding registration in Central Contractor Registration (CCR) database: Registered

 


 

C.1 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2003) 12.301(b)(3)

(a)                 Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Government must exercise its postacceptance rights (1) within a reasonable time after the defect was discovered or should have been discovered; and (2) before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.

 

(b)           Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. TAILORED SEE CLAUSE 552.232-23, ASSIGNMENT OF CLAIMS.

(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties.

(d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233‑1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract.

(e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference.

(f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence.

(g) Invoice.

(1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include

(i) Name and address of the Contractor;

(ii) Invoice date and number;


52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2003)(Continued) 12.301(b)(3)

(iii) Contract number, contract line item number and, if applicable, the order number;

(iv) Description, quantity, unit of measure, unit price and extended price of the items delivered;

(v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading;

(vi) Terms of any discount for prompt payment offered;

(vii) Name and address of official to whom payment is to be sent;

(viii)       Name, title, and phone number of person to notify in event of defective invoice; and

(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract.

Electronic funds transfer (EFT) banking information.

The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract.

If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer Other Than Central Contractor Registration), or applicable agency procedures.

EFT banking information is not required if the Government waived the requirement to pay by EFT.

(2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315.

(h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings.

(i) Payment.

Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract.

Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315.

Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause.


52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2003)(Continued) 12.301(b)(3)

Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made.

Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall immediately notify the Contracting Officer and request instructions for disposition of the overpayment.

(j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon:

(1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or

(2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination.

(k) Taxes. The contract price includes all applicable Federal, State and local taxes as duties. The contract price excludes all Federal, State, and local taxes and duties levied on or measured by the contract or sales price of the services or completed supplies furnished under this contract. The Contractor shall state separately on its invoices taxes excluded from the contract price, and the Government agrees either to pay the amount of the taxes to the Contractor or provide evidence necessary to sustain an exemption. (Tailored)

(l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided.

(m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience.

52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2003)(Continued) 12.301(b)(3)

(n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession.

(o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.

(p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items.

(q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract.

(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 327, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to procurement integrity.

(s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) the schedule of supplies/services; (2) the Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause; (3) the clause at 52.212-5; (4) addenda to this solicitation or contract, including any license agreements for computer software; (5) solicitation provisions if this is a solicitation; (6) other paragraphs of this clause; (7) the Standard Form 1449; (8) other documents, exhibits, and attachments; and (9) the specification.

(t) Central Contractor Registration (CCR).

(1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.

(2) (i) If a Contractor has legally changed its business name, doing business as name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day s written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name.


52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2003)(Continued) 12.301(b)(3)

(ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the Suspension of Payment paragraph of the electronic funds transfer (EFT) clause of this contract.

(3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor s CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the Suspension of payment paragraph of the EFT clause of this contract.

(4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757.

C.2 INDEMNIFICATION AND LIABILITY

For Remediation Services performed under SIN 899-8 and Reclamation, Recycling and Disposal Services under SIN 899-5, it is understood that the General Services Administration (GSA) does not become an owner, operator, generator, arranger, or transporter of hazardous substances or wastes by executing a schedule contract or by the award of a task order by an ordering agency against a schedule contract for remediation or reclamation, recycling and disposal services. As a result, GSA shall not incur any liability under any environmental laws for contamination to the extent resulting from the negligent acts or omissions of a schedule contractor performing the services. In addition, the contractor shall be liable for, and shall indemnify and hold harmless the GSA against, all actions or claims for loss of or damage to property or the injury or death of persons to the extent resulting from the fault, negligence, or wrongful act or omission of the Contractor, its agents, or employees. EXCEPTION: The aforementioned does not apply when GSA is the ordering agency and is procuring the remediation or reclamation, recycling and disposal services for property it owns and/or has legal jurisdiction.

C.3 552.212-71 CONTRACT TERMS AND CONDITIONS APPLICABLE TO GSA ACQUISITION OF COMMERCIAL ITEMS (JUL 2003) 512.301(a)(2)

The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference:

(a) Provisions.

*______* 552.237-70 Qualifications of Offerors

(b) Clauses.

552.212-71 CONTRACT TERMS AND CONDITIONS APPLICABLE TO GSA ACQUISITION OF COMMERCIAL ITEMS (JUL 2003) (Continued)512.301(a)(2)

*__X____* 552.203-71 Restriction on Advertising

*______* 552.211-73 Marking

*______* 552.215-70 Examination of Records by GSA

*__X____* 552.215-71 Examination of Records by GSA (Multiple Award Schedule)

*__X____* 552.215-72 Price Adjustment Failure to Provide Accurate Information

*______* 552.219-70 Allocation of Orders Partially Set-Aside Items

*__X____* 552.228-70 Workers Compensation Laws

*__X____* 552.229-70 Federal, State, and Local Taxes

*__X____* 552.232-8 Discounts for Prompt Payment

*__X____* 552.232-23 Assignment of Claims

*_X_____* 552.232-71 Adjusting Payments

*_X_____* 552.232-72 Final Payment

*_X_____* 552.232-73 Availability of Funds

*_X_____* 552.237-71 Qualifications of Employees

*_X_____* 552.238-71 Submission and Distribution of Authorized FSS Schedule Price List (see C.23 for full text)

*_X_____* 552.232-78 Payment Information

*_X_____* 552.238-74 Industrial Funding Fee and Sales Reporting (see C.26 for full text)

*_X_____* 552.238-75 Price Reductions (see C.32 for full text)

*_X_____* 552.242-70 Status Report of Orders and Shipments

*_X_____* 552.243-72 Modifications (Multiple Award Schedule) (see C.36 for full text)

*_X_____* 552.246-73 Warranty Multiple Award Schedule

*_X_____* 552.246-76 Warranty of Pesticides


G-FSS-920 ORDERING PROCEDURES FOR SERVICES (REQUIRING A STATEMENT OF WORK) (MAR 2003)

FAR 8.402 contemplates that GSA may occasionally find it necessary to establish special ordering procedures for individual Federal Supply Schedules or for some Special Item Numbers (SINs) within a Schedule. GSA has established special ordering procedures for services that require a Statement of Work. These special ordering procedures take precedence over the procedures in FAR 8.404 (b)(2) through (b)(3).

When ordering services over $100,000, Department of Defense (DOD) ordering offices and non-DOD agencies placing orders on behalf of DOD must follow the policies and procedures in the Defense Federal Acquisition Regulation Supplement (DFARS) 208.404-70 Additional ordering procedures for services. When DFARS 208.404-70 is applicable and there is a conflict between the ordering procedures contained in this clause and the additional ordering procedures for services in DFARS 208.404-70, the DFARS procedures take precedence.

GSA has determined that the prices for services contained in the contractor's price list applicable to this Schedule are fair and reasonable. However, the ordering office using this contract is responsible for considering the level of effort and mix of labor proposed to perform a specific task being ordered and for making a determination that the total firm-fixed price or ceiling price is fair and reasonable.

(a) When ordering services, ordering offices shall

(1) Prepare a Request (Request for Quote or other communication tool):

(i) A statement of work (a performance-based statement of work is preferred) that outlines, at a minimum, the work to be performed, location of work, period of performance, deliverable schedule, applicable standards, acceptance criteria, and any special requirements (i.e., security clearances, travel, special knowledge, etc.) should be prepared.

(ii) The request should include the statement of work and request the contractors to submit either a firm-fixed price or a ceiling price to provide the services outlined in the statement of work. A firm-fixed price order shall be requested, unless the ordering office makes a determination that it is not possible at the time of placing the order to estimate accurately the extent or duration of the work or to anticipate cost with any reasonable degree of confidence. When such a determination is made, a labor hour or time-and-materials quote may be requested. The firm-fixed price shall be based on the prices in the schedule contract and shall consider the mix of labor categories and level of effort required to perform the services described in the statement of work. The firm-fixed price of the order should also include any travel costs or other direct charges related to performance of the services ordered, unless the order provides for reimbursement of travel costs at the rates provided in the Federal Travel or Joint Travel Regulations. A ceiling price must be established for labor-hour and time-and-materials orders.

(iii) The request may ask the contractors, if necessary or appropriate, to submit a project plan for performing the task, and information on the contractor's experience and/or past performance performing similar tasks.

(iv) The request shall notify the contractors what basis will be used for selecting the contractor to receive the order. The notice shall include the basis for determining whether the contractors are technically qualified and provide an explanation regarding the intended use of any experience and/or past performance information in determining technical qualification of responses.

(2) Transmit the Request to Contractors:

G-FSS-920 ORDERING PROCEDURES FOR SERVICES (REQUIRING A STATEMENT OF WORK) (MAR 2003)(Continued)

Based upon an initial evaluation of catalogs and price lists, the ordering office should identify the contractors that appear to offer the best value (considering the scope of services offered, pricing and other factors such as contractors' locations, as appropriate) and transmit the request as follows:

(i) The request shall be provided to at least three (3) contractors if the proposed order is estimated to exceed the micro-purchase threshold, but not exceed the maximum order threshold.

(ii) For proposed orders exceeding the maximum order threshold, the request shall be provided to an appropriate number of additional contractors that offer services that will meet the agency's needs.

(ii) In addition, the request shall be provided to any contractor who specifically requests a copy of the request for the proposed order.

(iv) Ordering offices should strive to minimize the contractors' costs associated with responding to requests for quotes for specific orders. Requests should be tailored to the minimum level necessary for adequate evaluation and selection for order placement. Oral presentations should be considered, when possible.

(3) Evaluate Responses and Select the Contractor to Receive the Order:

After responses have been evaluated against the factors identified in the request, the order should be placed with the schedule contractor that represents the best value. (See FAR 8.404)

(b) The establishment of Federal Supply Schedule Blanket Purchase Agreements (BPAs) for recurring services is permitted when the procedures outlined herein are followed. All BPAs for services must define the services that may be ordered under the BPA, along with delivery or performance time frames, billing procedures, etc. The potential volume of orders under BPAs, regardless of the size of individual orders, may offer the ordering office the opportunity to secure volume discounts. When establishing BPAs, ordering offices shall

(1) Inform contractors in the request (based on the agency's requirement) if a single BPA or multiple BPAs will be established, and indicate the basis that will be used for selecting the contractors to be awarded the BPAs.

(i) SINGLE BPA: Generally, a single BPA should be established when the ordering office can define the tasks to be ordered under the BPA and establish a firm-fixed price or ceiling price for individual tasks or services to be ordered. When this occurs, authorized users may place the order directly under the established BPA when the need for service arises. The schedule contractor that represents the best value should be awarded the BPA. (See FAR 8.404)

(ii) MULTIPLE BPAs: When the ordering office determines multiple BPAs are needed to meet its requirements, the ordering office should determine which contractors can meet any technical qualifications before establishing the BPAs. When establishing multiple BPAs, the procedures in (a)(2) above must be followed. The procedures at (a)(2) do not apply to orders issued under multiple BPAs. Authorized users must transmit the request for quote for an order to all BPA holders and then place the order with the BPA holder that represents the best value.

(2) Review BPAs Periodically: Such reviews shall be conducted at least annually. The purpose of the review is to determine whether the BPA still represents the best value. (See FAR 8.404)


G-FSS-920 ORDERING PROCEDURES FOR SERVICES (REQUIRING A STATEMENT OF WORK) (MAR 2003)(Continued)

(c) The ordering office should give preference to small business concerns when two or more contractors can provide the services at the same firm-fixed price or ceiling price.

(d) When the ordering office's requirement involves both products as well as executive, administrative and/or professional, services, the ordering office should total the prices for the products and the firm-fixed price for the services and select the contractor that represents the best value. (See FAR 8.404)

(e) The ordering office, at a minimum, should document orders by identifying the contractor from which the services were purchased, the services purchased, and the amount paid. If other than a firm-fixed price order is placed, such documentation should include the basis for the determination to use a labor-hour or time-and-materials order. For agency requirements in excess of the micro-purchase threshold, the order file should document the evaluation of Schedule contractors' quotes that formed the basis for the selection of the contractor that received the order and the rationale for any trade-offs made in making the selection.

I‑FSS‑646 BLANKET PURCHASE AGREEMENTS (MAY 2000)

Blanket Purchase Agreements (BPA's) can reduce costs and save time because individual orders and invoices are not required for each procurement but can instead be documented on a consolidated basis. The Contractor agrees to enter into BPA's with ordering activities provided that:

(a) The period of time covered by such agreements shall not exceed the period of the contract including option year period(s);

(b) Orders placed under such agreements shall be issued in accordance with all applicable regulations and the terms and conditions of the contract; and

(c) BPA's may be established to obtain the maximum discount (lowest net price) available in those schedule contracts containing volume or quantity discount arrangements.

I-FSS-125 REQUIREMENTS EXCEEDING THE MAXIMUM ORDER (SEP 1999) FSS A/L FC‑95‑6

(a) In accordance with FAR 8.404, before placing an order that exceeds the maximum order threshold, ordering offices shall

(1) Review additional schedule contractors catalogs/price lists or use the GSA Advantage! on-line shopping service;

(2) Based upon the initial evaluation, generally seek price reductions from the schedule contractor(s) appearing to provide the best value (considering price and other factors); and

(3) After price reductions have been sought, place the order with the schedule contractor that provides the best value and results in the lowest overall cost alternative (see FAR 8.404(a)). If further price reductions are not offered, an order may still be placed, if the ordering office determines that it is appropriate.

(b) Vendors may:

I-FSS-125 REQUIREMENTS EXCEEDING THE MAXIMUM ORDER (SEP 1999) (Continued) FSS A/L FC‑95‑6

(1) offer a new lower price for this requirement (the Price Reduction clause is not applicable to orders placed over the maximum order in FAR 52.216-19 Order Limitations.)

(2) offer the lowest price available under the contract; or

(3) decline the order (orders must be returned in accordance with FAR 52.216-19).

(c) A delivery order that exceeds the maximum order may be placed with the Contractor selected in accordance with FAR 8.404. The order will be placed under the contract..

(d) Sales for orders that exceed the Maximum Order shall be reported in accordance with GSAR 552.238‑74.

 


2.0 NEILSON ASSOCIATES, INC. COMPANY PROFILE

Introduction

 

 
 


Neilson Associates, Inc. (NAI) is a Woman-owned small business engineering, safety and health consulting firm dedicated to quality, on-time service at a fair cost and in a friendly and professional manner.

NAI is proud of our nationwide service base many of whom we have served for more than 30 years, an important and prized reflection to us of the quality service we provide. As a prime contractor or as an integral team member to large engineering and environmental firms, NAI is a proven performer in providing highly skilled individuals, project teams and integrated services and technology packages tailored to each client s specific needs and time tables.

Services

 

 
 

 

 


         Safety Engineering & Integrated Safety Management

         Environmental Engineering (including all three phases of environmental site assessments/audits)

         Life Safety & Fire Protection Engineering

         Soil/Civil Engineering

         Industrial Hygiene

         Asbestos & Lead-based Paint Surveys & Remediation Programs & Monitoring

         Geology, Hydrology, Hydrogeology

         Indoor Air Quality Assessments & Remediation Programs

         Toxicology & Epidemiology

         Architecture & Engineering

         Occupational Health & Safety

         Biology

         Identification & Delineation of Wetlands

         Underground Storage Tank Investigations & Remediation

         Soil & Hazardous Waste Investigation & Management

         Landfill Investigation & Minimization

         Wastewater Treatment

         Environmental Management

         Program and Project Management

         Technical support

         Expert Witness Testimony

Company Resources

 

 
 

 

 


NAI s greatest resources are its highly experienced, senior professionals, experts in their fields. Each of these professionals has many years of investigative, surveying, testing and report preparation experience gained in all types of sites, facilities, conditions and situations. NAI believes that services performed by such experienced, senior professionals will provide added resources and be a great asset to the U.S. Federal Government s management team in their short and long term goals as well as to agency employees and to contractors and visitors who work, visit and interact with U.S. Federal Government, its facilities and other related entities throughout the year.

Major Contracts

 

 
 

 


       GS-11P-02-YAD0095 - Fire Protection, Facility Safety & Health & Environmental Management Survey Building Management Services for Federally owned & leased property in the National Capital Region.

       BC630627, BC630638, BC630644 & BA0360009 - Fire Protection, Facility Safety & Health & Environmental Management Survey Building Management Services for DOL Job Corps Centers and Offices.


 

Major Contracts (Continued)

 

 
 

 


       GS-03P-99-AZD0086 - Fire Protection, Facility Safety & Health & Environmental Management Survey Building Management Services for Federally owned & leased property in GSA Region III.

       Annual Facility Safety, Environmental Management and Occupational Safety and Health Survey for the Dept. of Agriculture s Pennsylvania Research Facility.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Points of Contact

 

 
 

 

 


Neilson Associates, Inc.

(Corporate)

Attn: Brenda A. Neilson Hansen, President

42 Blue Stone Drive

Chadds Ford, Pennsylvania, 19317-9311

610-793-0883; 610-793-0885 FAX

E-mail: clientservices@neilsonassociates.com

URL: http://www.neilsonassociates.com


3.0             SIN Profiles

 

The following is representative of, but not limited to, the types of services or products that may be ordered as specified in individual task orders.

 

SIN 899-1 Environmental Planning and Documentation

 

Operational services, advice, or guidance in support of agencies Environmental Planning Services and Documentation:

 

Under this SIN, Neilson Associates, Inc. provides support to:

         Environmental Impact Statements Under NEPA, Endangered Species and/or Wetlands Analysis, Archeological and/or Cultural Resource Management Plans, Environmental Program Management and Environmental Regulation Development, Economic, Technical and/or Risk Analysis, Vulnerability Assessments, Identification and Mitigation of Threats;

         Asbestos-related Services: Building Inspection Services, Abatement Project Cost Estimation Services, Abatement Project Design Services, including preparation of Bid Documents, Abatement Contract Administration Services, Operation and Maintenance (O&M) Program Design;

         Lead/Lead-based Paint (LBP)-related Services: Lead-based Paint Building Inspection Services, Lead Abatement/Hazard Risk Reduction Project Cost Estimation Services, Lead Abatement/Hazard Risk Reduction Project Design Services, Lead Abatement/Hazard Risk Reduction Contract Administration Services, Lead Operation and Maintenance (O&M) Program Design;

         Indoor Air Quality Services: Occupant Complaint Surveys, Fiber Optic Video Probe Services, Video and Photo Documentation Services, Indoor Environmental Assessments, Air Testing for Biological Agents (Fungal and Bacteriological Agents including Bacillus anthracis- Anthrax ), Air Testing for Toxic Substances, Temperature and Relative Humidity, Testing and Data Logging Services, Drinking Water Testing and Analysis, Facility Environmental Monitoring and Management Programs;

         Environmental Property Services: Site Assessments (Phase I & II) and Investigations for Environmental Impacts and/or Hazards, Title, Regulatory, Construction and Geological Document Review, Current/Previous Owner and/or Tenant Utilization Investigation, Adjacent Property Investigations for Cross-Contamination, Underground Storage Tank Investigation Services, Air, Water, Soil and/or Material Testing;

         General Health and Safety: Bio-Terrorism Assessments, Magnetic Field Testing, Noise Testing, Confined Space Program Services, Exposure Risk Assessments, Facility Owner/Priority Planning, PCB Wipe, Oil and Air Testing, Capitol Budget Planning/Cost Estimating, Programmatic Assessment/Planning, Computer Aided Design Services, Dust Analysis Services.

 


SIN 899-2 Environmental Compliance Services

 

Operational services, advice, or guidance in support of agencies Environmental Compliance Services:

 

Under this SIN, Neilson Associates, Inc. provides support to:

         Environmental Compliance Audits, Compliance Management and/or Contingency Planning, Permitting, Spill Prevention/Control and Countermeasure Plans, Pollution Prevention Surveys, Community Right-to-Know Act Reporting;

         Asbestos-related Services: Building Inspection Services, Abatement Project Cost Estimation, Services, Abatement Project Design Services, including preparation of Bid Documents, Abatement Contract Administration Services, Operation and Maintenance (O&M) Program Design;

         Lead/Lead-based Paint (LBP)-related Services: Lead-based Paint Building Inspection Services, Lead Abatement/Hazard Risk Reduction Project Cost Estimation Services, Lead Abatement/Hazard Risk Reduction Project Design Services, Lead Abatement/Hazard Risk Reduction Contract Administration Services, Lead Operation and Maintenance (O&M) Program Design;

         Indoor Air Quality Services: Occupant Complaint Surveys, Fiber Optic Video Probe Services, Video and Photo Documentation Services, Indoor Environmental Assessments, Air Testing for Biological Agents (Fungal and Bacteriological Agents including Bacillus anthracis- Anthrax ), Air Testing for Toxic Substances, Temperature and Relative Humidity, Testing and Data Logging Services, Drinking Water Testing and Analysis, Facility Environmental Monitoring and Management Programs;

         Environmental Property Services: Site Assessments (Phase I & II) and Investigations for Environmental Impacts and/or Hazards, Title, Regulatory, Construction and Geological Document Review, Current/Previous Owner and/or Tenant Utilization Investigation, Adjacent Property Investigations for Cross-Contamination, Underground Storage Tank Investigation Services, Air, Water, Soil and/or Material Testing;

         General Health and Safety: Bio-Terrorism Assessments, Magnetic Field Testing, Noise Testing, Confined Space Program Services, Exposure Risk Assessments, Facility Owner/Priority Planning, PCB Wipe, Oil and Air Testing, Capitol Budget Planning/Cost Estimating, Programmatic Assessment/Planning, Computer Aided Design Services, Dust Analysis Services.

 


SIN 899-4 - Waste Management Services And Software

 

Operational services, advice, or guidance in support of agencies Waste Management Services and Software:

 

Under this SIN, Neilson Associates, Inc. provides support to:

 

         Data Collection, Feasibility and Risk Analysis

         RCRA/CERCLA Site Investigation

         Hazard and/or Non-Hazard Exposure Assessments

         Waste Characterization

         Waste Management Plans and/or Surveys

         Management, Furnishing or Inventory of Material Safety Data via CD, Internet, Facsimile, Mail or Other Media

         Development of Emergency Response Plans


4.0 Labor Categories

 


Skill Level

Labor Category

Education

Experience

Responsibilities

 

Principal

B.S. degree, Advanced degree desired

10+ years related experience

Management, direction, and operation of major aspects of the business. Provides executive level expert advice, guidance, and direction to single or multiple program areas. Manages complex organizations and teams by integrating skills into client-focused, results-oriented consulting solutions. Integrates technical requirements and solutions into business process reengineering requirements and translates concepts into organizational improvements and systems.

 

Program Manager

B.S. degree, Advanced degree desired

10+ years related experience

Analyzing, planning, directing, and coordinating activities of designated projects and organizations within the business. Ensures that goals and objectives of those projects and organizations are accomplished within prescribed time frames and budgets. Provides management, organizational, and business improvement services that include mission and vision development; business and information strategic planning; total quality management; organizational design, efficiency and effectiveness; cost/benefit analysis; change management; and business process reengineering solutions.

Senior

Engineer/

Scientist

B.S. degree, Advanced degree desired

8 - 10+ years related experience

Provides technical and management expertise to other senior managers, directors of programs, and leads of organizations. Participates in the design and execution of quality programs and facilitation of processes for improvement and assures compliance with established principles, techniques, concepts, methods, procedures, regulations and laws. Manages a team of scientific, engineering, analysts, other technical experts and support staff. Possesses technical expertise in gathering, compiling, analyzing, and evaluating data; developing plans, policies, programs, and recommendations and measures; computer modeling, database, and software development; develops and reviews engineering designs; and conducts organizational, financial, and risk analyses. Examples of job classifications under this heading include, but are not limited to, senior toxicologist, senior biologist, certified industrial hygienist, senior industrial hygienist, certified safety professional, certified safety engineer, senior chemist, senior civil engineer senior environmental engineer, senior geologist, senior hazardous waste specialist, senior fire protection engineer and senior health & safety officer.

Midlevel

Engineer/

Scientist

B.S. degree

6+ years related experience

Provides technical and managerial expert assistance, consultation, and advice to project managers, supervisors and other scientific or technical personnel. Advises and promotes application of research results and specialized program knowledge; establish requirements for technical objectives and characteristics; and design and develop computer models, software, and databases. Assists senior engineer/scientists in designing, organizing, and implementing program plans and improvements; defining client needs and problems; conducting analysis of current program activities; and developing computer models, software, and databases. Supervises junior engineers, scientists, analysts, and other support staff.

Junior

Engineer/

Scientist

B.S. degree in a related technical field

Entry level position

Assists in providing technical and management advice to project managers, supervisors, and technical personnel. Assists senior scientists/engineers in designing, organizing, and implementing program plans and improvements; defining client needs and problems; and conducting an analysis of current program activities.

Senior

Database Specialist

B.S. degree in a related field such as computer science, business, engineering, or information systems

8+ years of professional work experience, or equivalent work experience

Performs logical and physical database design. Performs data analysis, database design, development activities, and implementation for databases and their conversions. Works with users to determine access and storage requirements for survey data and information. Makes recommendations for improving existing methods for accessing and storing such information. Provides guidance and expertise in the use of database languages. Coordinates activities of both technical and non-technical personnel.

Midlevel

Database Specialist

B.S. degree in a related field

4+ years of professional work experience, or equivalent work experience.

Performs logical and physical database design. Performs data analysis, database design, development activities, and implementation for databases and their conversions. Works with users to determine access and storage requirements for data and information. Makes recommendations for improving existing methods for accessing and storing such information. Provides guidance and expertise in the use of database languages. Backups and maintains system.

Junior

Database Specialist

B.S. degree in a related field such as computer science, business, engineering, or information systems, or equivalent work experience.

Entry level position

Performs logical and physical database design. Performs data analysis, database design, development activities, and implementation for databases and their conversions. Works with users to determine access and storage requirements for data and information.

Senior

Computer Graphics Technician

B.S. degree

5+ years professional work experience, or equivalent work experience.

 

Works with staff and clients to develop illustrations, slide presentations, and other graphics to improve the quality of various communication techniques. Assists in the production of documents and graphics. Supervises junior level computer graphics technicians. Expertise in graphics software packages such as Adobe PhotoShop, PageMaker, Power Point, Adobe Acrobat, and Desktop Publishing.

Midlevel

Computer Graphics Technician

B.S. degree

3+ years professional work experience, or equivalent work experience.

Works with staff and clients to develop illustrations, slide presentations, and other graphics to improve the quality of various communication techniques. Assists in the production of documents and graphics. Expertise in graphics software packages such as Adobe PhotoShop, PageMaker, Power Point, Adobe Acrobat, and Desktop Publishing.

Junior

Computer Graphics Technician

B.S. degree

Entry level position

Assists in the development of illustrations, slide presentations, and other graphics to improve the quality of various communication techniques. Knowledge and experience in graphics packages such as Adobe PhotoShop, PageMaker, Power Point, Adobe Acrobat, and Desktop Publishing.

Senior

Facilitator/

Trainer

 

6+ years work experience, or equivalent work experience.

Provides support to clients in planning, developing, and conducting training and workshops on methods, tools, techniques of specified subjects such as Environmental Laws and Regulations, Program and Project Management, Safety and Health, and Customer Service. Expertise in developing and presenting training courses and materials and translating technical jargon to language professional staff and managers can understand.

Midlevel

Facilitator/

Trainer

 

4+ years of professional work experience, or equivalent work experience.

Provides support to clients in planning, developing, and conducting training and workshops on methods, tools, techniques of specified subjects such as Environmental Laws and Regulations, Program and Project Management, Safety and Health, and Customer Service. Knowledge and ability to understand and adapt quickly to technical trends, incorporating key concepts on an ongoing bases into course curriculum; and ability to present and communicate technical information effectively.

Junior

Facilitator/

Trainer

Bachelor s degree in a related field, or equivalent work experience.

Entry level position

Assists in providing support to clients in planning, developing, and conducting training and workshops on methods, tools, techniques of specified subjects such as Environmental Law and Regulations, Program and Project Management, Safety and Health, and Customer Service. Knowledge and ability to present and communicate technical information effectively and ability to work with others and foster a team approach.


5.0             Training Services Descriptions

 

SIN 899-3 - Environmental Occupational Training Service

 

Operational services, advice, or guidance in support of agencies Environmental Occupational Training Services:

 

Neilson Associates, Inc. Safety Training includes:

 

Standard Off-the-Shelf Courses, Customized Course Development and Computer-based Interactive Courses, Computer Based Course Development, Conversion of Existing Courses to Electronic Media, Booklets and Posters ***Training can be conducted on or off-site.

 

Title of Course: OSHA & AHERA Asbestos Awareness Training

Description: Course is best suited for general industry, construction industry & maritime workers; maintenance or custodial employees that work in a building or on a ship that contains ACMs; a construction manager, engineer or tradesman that works in pre-1981 buildings or buildings with known ACMs; Supervisors or administrative staff that work in schools or other buildings with ACMs; Property Managers that own or manage pre-1981 buildings or buildings with known ACMs; anyone who wants a knowledge about asbestos. Satisfies regulations 29 CFR 1910.1001, 29 CFR 1915.1001, 29 CFR 1926.1101; and AHERA 40 CFR 763.92(a)(1)

 

Title of Course: OSHA Hazard Communication

Description: Employees who handle hazardous chemicals &/or materials in their workplace are required to receive hazard communication training. These materials can include, but are not limited to solvents, cleaners, caustics, flammables, & toxic materials. The standard covers manufacturing and non-manufacturing establishments. The purpose of Hazard Communication is to convey the hazards associated with workplace chemicals to all employees. Satisfies regulation 29 CFR 1910.1200(h)

 

Title of Course: OSHA Confined Space Safety

Description: OSHA s standard for confined spaces (Title 29 CFR 1910.146 Permit-Required Confined Spaces) contains the requirement for practices & procedures to protect employees in general industry from the hazards of entry into permit-required confined spaces(i.e., permit spaces). The standard requires employers to develop a written confined space entry permit program & provide employee training. Satisfies regulation 29 CFR 1910.146

 

Title of Course: OSHA Respiratory Protection

Description: Anyone who wears a respirator including some paper masks must be trained prior to wearing the respirator. This course helps to satisfy this requirement & will provide information to help the employee select the correct equipment, understand how to protect himself, clean & maintain his equipment & what other requirements OSHA places on those who wear respirators. This course will take approximately 2-hours & will work as either the initial training or annual refresher course that is required. Satisfies regulation 29 CFR 1910.134

 


Title of Course: OSHA Lockout/Tagout (Control of Hazardous Energy)

Description: OSHA requires that anyone who is involved in working around energy systems such as electrical, mechanical, hydraulic pneumatic & others receive training. This approximately 2-hour course will help to satisfy the are requirements for training as detailed in the OSHA regulation for those who are working in areas where lockout programs in place, or whose job requires them to actually do the lockout and isolate the energy sources. Satisfies regulation 29 CFR 1910.147

 

Title of Course: OSHA Hearing Protection

Description: To effectively protect an employee from the harmful effects of noises that might be present in the workplace, OSHA requires that each employer evaluate the workplace & determine if high noise levels are present. If the employee is exposed to 85 decibels TWA, OSHA requires that the employee have training on the effects of the noise, & in the ways to properly protect himself from the effects that it can have. Satisfies regulation 29 CFR, 1910.95(k)(2)


6.0 Rates For Federal Supply Schedule Contract For Environmental Services

 

Labor Category

Fully Loaded Hourly Rate*

Fully Loaded Daily Rate*

Principal

$126.72

$1013.78

Program Manager

$ 99.00

$ 791.97

Engineer / Scientist Sr.

$135.59

$1084.75

Engineer / Scientist Mid.

$ 88.71

$ 709.65

Engineer / Scientist Jr.

$ 56.65

$ 453.16

Database Specialist Sr.

$ 59.56

$ 476.48

Database Specialist Mid.

$ 50.69

$ 405.51

Database Specialist Jr.

$ 41.82

$ 334.55

Computer Graphics Technician Sr.

$ 50.69

$ 405.51

Computer Graphics Technician Mid.

$ 43.09

$ 344.69

Computer Graphics Technician Jr.

$ 35.48

$ 283.86

Facilitator / Trainer Sr.

$ 76.03

$ 608.27

Facilitator / Trainer Mid

$ 46.89

$ 375.10

Facilitator / Trainer Jr.

$ 31.68

$ 253.45

*Pricing is for Year 1 (2005).