Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2010 FBO #3157
SOURCES SOUGHT

Z -- Asbestos abatement removal and disposal

Notice Date
7/15/2010
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville Brecksville 44141
 
ZIP Code
44141
 
Solicitation Number
VA25010RI0229
 
Response Due
7/14/2010
 
Archive Date
9/12/2010
 
Point of Contact
Wallace Larson
 
Small Business Set-Aside
N/A
 
Description
The Louis Stokes Cleveland VA Medical Center is seeking potential sources for emergency and non-emergency asbestos abatement services at the Wade Park and Brecksville campuses, located at 10701 East Blvd., Cleveland, OH 44106 and 10000 Brecksville Road, Brecksville, OH 44141, respectively. The contractor will provide: decontamination area, poly enclosure, background and sample, removal of top layer of asbestos floor tile and base including mastic, removal of pipe insulation for pipes less the 3" in diameter by glove bag, removal of pipe insulation 3"-8" in diameter by glove bag, removal of pipe insulation greater than 8" diameter by bulk, remove asbestos and 3" of soil, remove HVAC duct insulation, remove insulation from tanks, boilers, and breeches, remove pressed asbestos board, siding, shield, ceiling insulation, paper insulation, remove sheetrock including joint compound and tape, remove mechanical flex ducts, dampers, and expansion joints. The Contractor will provide certified asbestos workers experienced in abatement techniques, and provide all necessary air monitoring, testing, and documentation associated with asbestos removal. All work shall be in strict accordance with all applicable federal, state, and local regulations, standards, and codes governing asbestos abatement and any other trade work accomplished in conjunction with the abatement. The Contractor shall be fully responsible for damage to equipment and/or systems that results from the removal of the asbestos material. The Contractor shall: remove all asbestos from the facility to an approved disposal site, provide documentation on the disposal site location, and the amount of material being removed from the facility, and provide open permits for asbestos removal to all for expedited response times. For non-emergency abatement, the Contractor shall be notified at least five (5) business days prior to needed abatement services. For emergency situations, the Contractor shall have provided emergency paging numbers and shall respond on-site within a maximum of two (2) hours response time to any page. The contract shall cover a period of three years, extending from date of award to August 1 of 2013. The base year shall be from date of award through July 31, 2011; option year one (1) from July 31, 2011 through August 1, 2012; option year two (2) from July 31, 2012 through August 1, 2013. Billing shall be upon satisfactory completion of each asbestos removal job. This contract is for a firm fixed price Indefinite Delivery, Indefinite Quantity contract. This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources based upon size standard and small business standard and their size classification (service-disabled, veteran-owned small business, veteran-owned small business, hub zone, 8(a), small disadvantaged business, small business or large business relative to NAICS code 569210 (size standard $13 million per annum).Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company name, a service capability statement, three customer references for which you have provided similar services, copies of applicable licensing, point of contact. Provide the size of your business pursuant to the following questions: (1) Is your business large or small? (2) if a small business, does your firm qualify as a small, emerging business or a small disadvantaged business? (3) if a disadvantaged small business, specify under which disadvantaged group, and whether your firm is certified under Section 8(a) of the Small Business Act. (4) Is your firm a certified hub zone firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disable, Veteran-owned Small business or certified Veteran-owned small business. Responses to this notice shall be e-mailed to wallace.larson@va.gov. Telephone inquiries will not be accepted. Responses must be received in writing no later than July 14, 2010 at 12:00pm. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from responses to this announcement. Responses to this synopsis are not considered adequate responses to any future solicitation announcements. Responses to this sources sought notice are not requests to be added to a prospective bidder list or to receive a copy of future
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25010RI0229/listing.html)
 
Place of Performance
Address: LSCDVAMC;Louis Stokes Cleveland Dept Veteran Affairs Med Ct;Wade Park;10701 East Blvd,;Cleveland, OH
Zip Code: 44106
 
Record
SN02207462-W 20100717/100715235534-7e139cf674e02f66e12bed8a61148b94 (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.