Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2010 FBO #3004
SOLICITATION NOTICE

Z -- Asbestos Survey

Notice Date
2/12/2010
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Veterans Affairs;Contracting Officer (101);VA Medical Center;325 New Castle Road, Bldg. 19;Butler PA 16001-2480
 
ZIP Code
16001-2480
 
Solicitation Number
VA-244-10-RP-0046
 
Archive Date
4/13/2010
 
Point of Contact
Paul SimsContract Specialist
 
E-Mail Address
email
(paul.sims@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs, VA Butler Healthcare, Acquisitions Office (529/ Bldg #1/Rm. 333w), located at 325 New Castle Road, Butler, PA 16001-2480 is soliciting for Professional Industrial Hygienist (I.H.) Services for Project 529-09-118 for the project "Asbestos Survey". The I.H. will be required to work closely with Veterans Administration Project Manager and Environmental Protection Specialist for the development of the assessment. Survey to include buildings 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 18, 32, 45, 46, 47, 51, 66, 68, 69, 76, 77, 78, 116 and the interconnecting tunnel/corridor system. Surveys will be conducted and all reports, drawings and recommendations submitted on a building by building basis. All services by the I.H shall be performed under the direction of the Environmental Protection Specialist and on site evaluations shall be performed by the I.H. All work shall be in accordance with all required Specifications and Criteria, AHERA, Environmental Protection Agency (EPA), American Industrial Hygiene Association (AIHA), Occupational Safety and Health Administration OSHA, National Institution of safety and Health (NIOSH) requirements. The contractor will inspect all buildings of the Medical Center as listed, compile information from building records and personnel interviews, include previous and current abatement projects. Based on the results of this survey the contractor will develop a plan and strategy that will provide conclusions and lead to a Hazard Assessment Plan of Action. This report will identify asbestos containing elements (ACE) and asbestos containing material (ACM) located in site buildings. ACE and ACM material found during the survey will be identified in the report. Contractor will be required too provide a sampling plan for approval prior to starting sampling of buildings. Contractor will select a qualified analytical laboratory to perform sample analysis. Contractor will develop a final Exposure Assessment Report reflecting the results of building samplings and provide information on buildings requiring full protective measures for personnel during abatement. Contractor will provide a rank order listing with the most risk assigned to locations that present the most hazards to the areas with the least risk. The contractor will include specific details for each identified location. The contractor will evaluate all existing asbestos Warning Signage located throughout the Medical Center. Contractor will mark areas discovered during inspection with appropriate signage. Final reports will be prepared in accordance with Scope of Work. Consultants shall be certified industrial hygienists. Consultants shall provide previous asbestos assessments that demonstrate prior experience with asbestos assessments. The contractor will not be allowed to, without the approval of the Project Manager, cut through pipe chases, walls, floors, ceilings, tunnels, etc., that do not have access openings in an attempt to reach and sample suspected materials within. I.H. shall identify inaccessible areas which may contain asbestos. Pictures shall be taken of representative types of asbestos materials found in buildings. All pictures will be labeled with room/corridor/building location and sample designation number. All air and bulk sample locations will be clearly marked on a set of building drawings. Contractor shall have access to VA drawings. The contractor will use care when taking samples, clean up any debris resulting from sampling and dispose of per governing regulations. Contractor will provide completed narrative report of findings as each building is completed. Selection criteria will be in accordance with FAR 36.602-1 and VAAR 836.602-1, which at a minimum will include, but not limited to, the following short list criteria. Short List Criteria will include the following: Management: (1) Specialized in-house experience and technical competence of the firm (including any joint venture or association) with the type of services required. Professional Industrial Hygienist ( I.H.) is to be AHERA trained/certified. The laboratory performing sampling is to be AIHA accredited. (2)Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team. (3) Project Personnel experience (Specialized experience and technical competence). (4) Professional capacity of the firm to perform work (including any specialized service) within the time limitations. Unusually large existing workload that may limit I/H's capacity to perform project work expeditiously. (5) Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located. (6) The Offeror shall demonstrate the relevant experience of key personnel through a biographical narrative. Provide information on their proposed (A) Professional Industrial Hygienist, and (B) trained I.H. technicians. Information shall include: Name of individual, Company employed by, Company position title, Years with the company, Describe work experience with projects that were VA healthcare, Federal Government and private sector that were similar to this project and the company (by name) they worked for when involved in the project, An indication of which (if any) of the projects submitted, the individual participated in, and what responsibilities they had during the project, Position that the individual will hold in regard to this project team, description of duties and what percentage of the individual's time would be committed to the project during the construction phases, All employees shall describe job related educational experience including training, certificates, etc. associated with the scope of work. Past Performance: (1) Proposed Management Plan- Team organization, showing survey phase and implementation of results, in-house capabilities. (2) Project Control-Techniques planned to control the schedule, survey, sampling plan and strategy, and Personnel responsible. (3) Project experience- The Offeror shall demonstrate VA, Healthcare, Federal Government and private sector experience with no less than three projects completed of equal or greater complexity, size and scope to this project. Provide the following information: Project title, location, summarized project scope, Project owners name and telephone number of owner's contact person, Project Statistics including start and completion dates; sampling plan, strategy, final assessment plan and the number of projects performed in a hospital or health care facility. Project Schedule: Offeror shall demonstrate proficiency in performing multiple phases of this site survey and explain how they have performed in a healthcare facility or other institutions while under full capacity of personnel and/or patients. In accordance with Public Law 100-656 Small Business Competitiveness demonstration Program Act of 1988, this is a Veteran Owned, Small business procurement. The SF 330 form can be retrieved from www.gsa.gov, and may be supplemented to include all necessary information. Qualified firms must submit their completed SF 330, one electronic pdf copy to paul.sims@va.gov, and one hard copy (no faxed copies) to Paul E. Sims (101), VA Medical Center, 325 New Castle Road, Butler, PA 16001, by 01/29/2010 at 4:00PM. In Accordance With FAR 5.203, a short period for issuance is anticipated. This is not a request for proposals and a solicitation package will not be issued. NAICS code for this project is 541620. Size Standard is $6.5 million dollars with a Firm Fixed Price contract being anticipated. Questions regarding this solicitation must be in writing to the Contracting Officer, via Fax at (724) 477-5026, or email: paul.sims@va.gov. NO TELEPHONE REQUEST WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BuVAMC529/BuVAMC529/VA-244-10-RP-0046/listing.html)
 
Place of Performance
Address: VA Medical Center;325 Newcastle Road;Butler, PA
Zip Code: 16001
 
Record
SN02065309-W 20100214/100212235402-611743bf465654865f420a9e77892b4e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.