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.
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
2.0 NEILSON ASSOCIATES, INC. COMPANY
PROFILE
SIN 899-1
Environmental Planning and Documentation
SIN 899-2
Environmental Compliance Services
SIN 899-4 - Waste Management Services
And Software
5.0 Training Services Descriptions
SIN
899-3 - Environmental Occupational Training Service
6.0 Rates For Federal Supply Schedule Contract For
Environmental Services
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
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
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
(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.
(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;
(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
(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.
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.
(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.
(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.
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.
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.
*__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
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:
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)
(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.
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.
(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:
(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
610-793-0883; 610-793-0885 FAX
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
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).