Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2016 FBO #5174
DOCUMENT

F -- ASBESTOS - MOLD - LEAD ABATEMENT - Attachment

Notice Date
1/21/2016
 
Notice Type
Attachment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;PHILADELPHIA VAMC;3900 WOODLAND AVENUE;PHILADELPHIA, PA 19104
 
ZIP Code
19104
 
Solicitation Number
VA24416N0426
 
Response Due
1/27/2016
 
Archive Date
4/26/2016
 
Point of Contact
Harold K Duke
 
E-Mail Address
823-4659<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE SEEKING INFORMATION ONLY FOR ASBESTOS, MOLD AND LEAD ABATEMENT. THE SOW BELOW IS A DRAFT ONLY AND QUESTIONS AND OR COMMENTS ARE ENCOURAGED. 1.Summary of the Work The Contractor shall provide all labor and materials including tools and apparatus, equipment, supervision, certifications, licenses, permits, regulatory notifications, transportation and disposal necessary to perform asbestos, mold and/or lead abatement work at the Veterans Affairs Pittsburgh Healthcare System (VAPHS). All work shall be performed by state-licensed abatement contractors using EPA-accredited, state-certified or state-licensed workers and supervisors. Contractor and employee training and certifications shall be commensurate work performed and with requirements for licensing. All asbestos disposal facilities performing under this contract shall at all times possess the applicable Federal, State and Local regulatory approvals, and each asbestos disposal facility shall be approved in advance in writing by the Contracting Officer Representative. The Contractor shall perform the necessary planning, documentation, permitting, removal, monitoring, inspection, testing, disposal and other support services to ensure that VA patients, employees, and visitors will not be adversely affected by asbestos, mold and/or lead abatement work. The Contractor will assure the abatement work proceeds in accordance with specifications as contained within the contract and verify the abated areas or abated buildings have been successfully decontaminated. The Contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract with fixed price task orders to provide the services require. The IDIQ will be established for a three year period. As requirements develop, Requests for Pricing (RFP) for Task Orders will be issued. A mandatory site visit to review the scope of work and site conditions is required prior to providing all task order quotes. Task orders will vary in size from $2,500 to $35,000 and will be issued by the individual task orders awarded and administered by duly appointed Contracting Officers. Total dollar amount of the task orders any one year period is not to exceed $120,000. A minimum order of $2,5000 is guaranteed on this contract. The total value of task orders is expected to be similar to VAPHS's recent history which resulted in 36 task orders with an approximate total value of $200,000 in a 30 month period. The Contractor shall advise the VA of all Federal, State, and Local regulatory or guidance revisions that take place during the contract. The Contractor shall have responsibility to perform the work in accordance the most current requirements along with the contract/specification requirements, to perform continuous inspection, monitoring and testing for the safety of employees, and to perform other such services as specified. Any conflicts shall be addressed in writing to the COR. There will be Industrial Hygiene Quality Assurance oversight (third-party) as the Government's independent VA Professional Certified Industrial Hygienist (VAPCIH). The VA and/or the VAPCIH will evaluate the general Contractor's project plan and work orders for the remediation. The Contractors Certified Industrial Hygienist (CPCIH) or their qualified personnel under the direction of the CPCIH shall continuously inspect and monitor conditions inside and outside the regulated area to ensure compliance with these specifications. In addition, the CPCIH or their qualified personnel under the direction of the CPCIH shall personally manage air sample collection, analysis, and evaluation for personnel, regulated area, and adjacent area samples to satisfy EPA and OSHA requirements. 2.General Requirements 1. The work shall include asbestos, mold, and lead abatement services for health care, administrative, laboratory, research, support buildings and structures. 2.The contractor shall ensure that asbestos, mold and lead abatement projects comply with VA specifications (TIL) and all applicable local, state and federal regulations. Including, but not limited to the US EPA Asbestos Hazard Emergency Response Act (AHERA) 40 CFR 763 Subpart E, Allegheny County, PA DEP, Asbestos NESHAP Regulation Rule 370, OSHA CFR 1926.1101 Construction Standard for Asbestos. US EPA 40 CFR 745 Subpart L Lead Based Paint Activities, and OSHA CFR 1926.62 Lead in Construction. 3.The contractor, when required by the Task Order, shall move and return to the original position following abatement furniture, furnishings, storage racks, file cabinets, desks, chairs, wall decor, and other applicable items as identified at the discretion of the COR. 4.Following completion of abatement and the Contractor is responsible for cleaning equipment staging areas and removing all equipment and asbestos wastes generated by the asbestos abatement. 5.Any contractor personnel who knowingly and willfully disregards any applicable Federal, State and/or local occupational safety and health (OSH), environmental protection and/or public health statute or its implementing regulations; VA OSH, environmental (GEMS) and/or information security requirement; is subject to immediate removal from the job site and medical center by the VA Police, and may be terminated at the discretion of the Contracting Officer. In the alternative, the contractor personnel who committed the violative act(s) or created/knowingly allowed the violative conditions will not be allowed to return to continue performing on the project unless cleared to in writing by the Contracting Officer after sufficient rehabilitation (e.g., retraining). 6.Any contractor personnel who knowingly and willfully commits any criminal offense (e.g., introduction of "dangerous weapons" as defined by 18 U.S.C. § 930) or contraband to VA property, traffic and parking infractions) is subject to citation and/or arrest by the VA Police and prosecution in Federal District Court. 7.Any contractor personnel who knowingly and willfully commits any criminal offense (e.g., introduction of "dangerous weapons" as defined by 18 U.S.C. § 930) or contraband to VA property, traffic and parking infractions) is subject to citation and/or arrest by the VA Police and prosecution in Federal District Court. 8.All waste manifests will be received within 30 days after completion of each job. 3.Contractor Certifications Contractor shall certify, in writing, that: 1.Solvents (e.g., mastic removers) or products containing solvents (e.g., encapsulants) designated by the U.S. EPA as Class I ozone depleting substances, such as but not limited to, carbon tetrachloride and methyl chloroform (1,1,1-trichloroethane); or other chlorinated hydrocarbon solvent degreasers such as, but not limited to, dichloromethane (methylene chloride), chloroform, trichloroethylene and tetrachloroethylene (perchloroethylene), are not to be used for any task order issued under this contract. 2.Solvents or products containing solvents will not become a Federal or State-EPA regulated hazardous wastes when spent (e.g., no solvents that will generate "D-listed" or "F-listed" wastes). 3.Encapsulants do not contain any of the 8 RCRA metals - Arsenic, barium, cadmium, chromium, lead, mercury, selenium and silver in sufficient concentration to require disposal as RCRA hazardous waste when removed and disposed. 4.Asbestos: Replacement materials (e.g., insulation) shall not contain asbestos in any amount as defined by the U.S. EPA and OSHA. For purposes of this contract, vermiculite insulation is presumptively ACM, and shall not be used in any replacement product. 5.Silica: Materials shall not contain free crystalline silica. 6.High acute toxicity. Materials shall not contain any ingredient in a concentration of 1.0 percent or greater that meets the GHS toxicity Category 1, 2 or 3. 7.Human Carcinogens: Materials shall not contain any ingredient in a concentration of 0.1 percent or greater that is a GHS Category 1A or 1B human carcinogen, or is listed by the American Conference of Governmental Industrial Hygienists (ACGIH) as a Category A1-Confirmed human carcinogen or Category A2 - Suspected human carcinogen. 8.Mutagens. Material shall not contain any ingredient greater than 0.1% that is a GHS Category 1A or 1B mutagen, or greater than 1.0% of a Category 2 mutagen. 9.Allergens/sensitizers - Materials shall not contain any ingredient in a concentration greater than one percent (1%) that is an allergen, respiratory and/or skin sensitizer. 10.Flammables and corrosives. Materials shall not be flammable or meet the GHS definition of a Category 1, 2 or 3 corrosive. 4.VA Asbestos Project Design 1.Prior to the start of any task order, an independent, third party AHERA Asbestos Building Inspector shall sample all suspect materials as required by the Asbestos NESHAP regulations at 40 CFR Part 61, Subpart M. 2.The VA shall provide the Contractor with a statement of work (SOW) for each task order. The Contract will participate in a site visit to review the SOW and site conditions. 3.The Contractor shall develop and submit process plans for approval to the COR describing the process abatement, testing, and disposal. 4.For purposes of this contract, vermiculite insulation is presumptively ACM, consistent with EPA guidance. 5.Under no circumstances shall asbestos abatement contractor personnel sample any suspect material or submit a suspect material to an environmental testing lab for asbestos analysis on behalf of the VA. 6.The contractor and all plans shall comply with: a.VHA Directive 2010-036 b.Policy EC-051 Safety and Health During Construction i.TB testing is required. ii.HEPA (High Efficiency Particulate Air) filter vacuum system rated at 95% capture of 0.3 microns is required. iii.Negative air pressure will be required where heavy dust is expected. c.010110 Medical Center Requirements 7.The plans and specifications for all asbestos abatement projects shall be developed using the latest asbestos, mold, and lead abatement specifications from the Office of Construction and Facilities Management (CFM) Technical Information Library (TIL) available at: http://www.cfm.va.gov/til/. The primary specifications provided in the solicitation and contract are: a.013526 Safety Requirements b.015719 Temporary Environmental Controls c.017419 Construction Waste Management d.02 82 11 Traditional Asbestos Abatement e.02 82 13.13 Glovebag Asbestos Abatement f.02 82 13.19 Asbestos Floor Tile and Mastic Abatement g.02 82 13.21 Asbestos Roofing Abatement h.02 82 13.31 Asbestos Transite Abatement i.02 83 33 13 Lead Based Paint Removal and Disposal These specifications are incorporated herein by reference as if set forth in full. If there are any conflicting provisions between this SOW, references, and the specifications, the most stringent requirements shall apply. 8.Reference Specifications & Codes: All work shall be done in compliance with all current applicable codes, specifications, and requirements including, but not limited to, the following: OSHA regulations at Title 29, Code of Federal Regulations (CFR), Part 1910 and 1926. a.U.S. EPA regulations at 40 CFR b.NFPA Life Safety Code (NFPA 101), latest edition c.NFPA National Fire Alarm Code(NFPA 72), latest edition d.NEC National Electrical Code (NFPA 70), latest edition e.NFPA 70E: Standard for Electrical Safety in the Workplace, latest edition f.International Building Code, latest edition g.National Standard Plumbing Code, latest edition h.All applicable Department of Veterans Affairs (VA) master design specifications and master construction specifications (accessible at http://www.cfm.va.gov/TIL/) 9.ASBESTOS ABATEMENT - Department of Veterans Affairs Design Manual Index Office of Construction & Facilities Management, Facilities Standards Service May 6, 2014 a.Asbestos Abatement Specifications b.Asbestos Abatement Design Manual c.VA Asbestos Directives and Handbook 10.MOLD REMEDIATION - Refer to http://www.epa.gov/mold/pdfs/moldremediation.pdf for guidance and requirements. 11.LEAD EXPOSURE IN CONSTRUCTION - Reference Application and Instructions for Individuals Applying for Certification to Conduct Lead-Based Paint Activities; Office of Chemical Safety and Pollution Prevention EPA 747-B-99-002 https://www.epa.gov/lead 12.Comply with OSHA regulation 1926.62. Protect employees and building occupants where they may be exposed to lead. If lead is expected contact the VA in writing upon finding suspect material. 5.Abatement Project Coordination The COR will coordinate pre-abatement meeting with Contractor including Contractor's Competent Person and VPIH/CIH, provide reasonable notice to occupants impacted by asbestos abatement activities including those adjacent to regulated areas of project dates and requirements for relocation (if needed), coordinate any background air samples and final clearance air sampling with the VPIH/CIH, and ensure that any patients, staff or visitors who are sensitive to epoxy- or urethane-based encapsulants are provided reasonable notice, and the Safety Manager/Officer will determine re-entry times in consultation with Occupational Health. 6.Compliance Program 1.Where exposure levels are below 30 micrograms per cubic meter of air, calculated as an 8-hr time weighted average, no special precautions are required. 2.Where exposure levels are between 30 micrograms and 50 micrograms per cubic meter of air, calculated as an 8-hr time-weighted average, the contractor shall be required to monitor the exposure level at regular intervals; provide safety training and education; require use of respirators; and, conduct blood lead monitoring. 3.If the employee exposure, without regard to respirators, is at or above the permissible exposure limit (PEL), the contractor shall be required to activate lead abatement plan to reduce and maintain employee exposure to lead, at or below PEL. See VA Master Specification Section 02.83.33.13, Lead-Paint Removal. 4.Local and State regulations shall govern the transportation and disposal of demolition debris containing asbestos and lead. 5.All asbestos removal contractors shall obtain an Allegheny Country Asbestos Abatement Permit, where applicable. In addition, copies of all permits and all signed manifest shall be proved to the VA. 6.Final Clearance Testing 1.All final clearance testing shall be performed by an independent third-party Professional Industrial Hygienist/Certified Industrial Hygienist retained by the VA (VPIH/CIH) as defined in Master Construction Specification 02 82 11 Traditional Asbestos Abatement specifications referenced in Section 4.7 above. In no case shall the independent clearance testing professional be retained by the asbestos abatement contractor performing under this contract. 2.The final report shall be submitted to the assigned COR and Contracting Officer. 3.Invoices will be paid upon completion of the abatement. Completion of the job occurs when the areas pass clearance testing of 0.01 F/cc, receipt by the government of the waste manifest signifying proper disposal of the materials and receipt of the final report. All waste manifests will be received within 30 days after completion of each job. 7.Qualifications The Contractor for asbestos abatement and lead abatement projects shall be licensed by the Commonwealth of Pennsylvania and/or the Allegheny County Health Department. All current requirements for qualifications must be met. Before Contract Award they shall, at a minimum, submit evidence of the following credentials as required by the asbestos and lead abatement oversight activities for which they will be responsible; PA Asbestos/Lead Contractor License, Allegheny Health Department Asbestos/Lead Abatement Contractor License, Individual AHERA Contractor/Supervisor, AHERA Inspector or Inspector/Management Planner, Asbestos Worker, EPA Lead Renovator, Lead Inspector, Lead Worker and EPA Lead Sampling Technician. In addition, evidence of five projects of similar complexity and scope as the projects for a hospital/institutional occupied abatement for Asbestos and Lead done in the last five years shall be submitted to meet the criteria for a responsible contractor. Individual employee training and certifications or licensing shall be commensurate with requirements for job description. There must be a responsible supervisor on site at all times employees are present or work is being done. The supervisor must have a current 30 hour OSHA certification. An abatement Supervisor/Contractor Course must also be presented for this person in the qualifications package submitted. The Contractor's Air Monitoring Lab along with accreditation credentials shall be submitted before award. Resumes of key individuals including the contract official, project manager, Contractor's Professional Certified Industrial Hygienist and supervisor shall be submitted with the cost proposal. Qualifications shall be provided within the Technical Proposal. A list of all names of employees shall be submitted. In addition, records of proper fit testing with workplace clearances shall be submitted. All current certificates of worker's acknowledgement along with training records shall be submitted. The Contractor will be required to also submit information on the Safety Program for the Contract which may be incorporated into each project plan for each Task Order with specific details as required for the project. A Waste Transportation Safety Program and Commonwealth of Pennsylvania Certificate shall be submitted and kept with the transport at all times. Evidence of knowledge of manifest requirements shall be submitted. 8.Task Order The specific tasks of each project shall vary from one project to the next and will be estimated based on the line item cost as submitted by the selected contractor and approved by the VA Contracting Officer. The Contractor will be required to provide a line item breakdown proposal for each individual task order in support of each construction project per the established rates of the Indefinite Delivery Indefinite Quantity (IDIQ) Contract. Task orders will consist of the scope of the work identified in the Statement of Work. Price shall be determined by submitted rates for line item tasks as submitted to the VA Contracting Officer as basis of award. This order system will use the MS Excel format. Each task order shall use this line item schedule and the quantities to be completed for the project as the basis for the task order. Please see the Basis for Selection procedure for contract submittal for bidding purposes. 9.Task Order Process Steps and Timeline The process for creating a task order is: a.The VA will provide the task order scope of work to the Contractor. b.The Contractor will participate in a site visit accompanied by the COR to determine the complexity of the work and the site conditions. c.The Contractor shall provide a detailed quote to the CO or COR for review. d.The COR will evaluate the quote to determine whether it shows a clear understanding of the scope and that it is fair and reasonable. Negotiation may be required. e.The CO will create and issue the task order to the Contractor. If the task order is not an emergency, the site visit is expected to take place within 24 hours of notification and the abatement work is expected to commerce 48 hours after the site visit. If the task order is an emergency, work is expected to commence within 24 hours of notification. A burst pipe could constitute an emergency request. Three (3) to six (6) emergency requests should be expected each year. 10.Information Security and Privacy A compliant ID badge must be worn by Contractors at all times while on VA premises. Upon arrival at the VA, the Contractor shall report to the police offices where their driver's license will be exchanged for a VA provided badge. At the end of each day, the VA badge will be returned to the Contractor and the personal ID will be returned. Contractor may not have access to the VA network or any VA sensitive information under this contract. All Contractors must receive Privacy training annually using one of the following methods: 1.Complete "VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information" training by using VA's TMS system (https://www.tms.va.gov/). Contractors may use the TMS Managed Self Enrollment method to complete the training in TMS. The COR must ensure that all contractors are validated in the PIH domain. 2.Complete the hard copy version of "VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information". Signed training documents must be submitted to the COR. Training must be completed prior to the performance of the contract and annually thereafter. Proof of training completion must be verified and tracked by the COR. EVALUATION FACTORS FOR AWARD BASIS OF AWARD Proposals will be evaluated in accordance with the criteria set forth below. The Government may, at its discretion and in its best interest, make award without conducting discussions with offerors. Therefore, prospective offerors are encouraged to submit initial proposals that represent the best terms and conditions of the offeror. Award will be made for that proposal which represents the best value to the Government, considering both price and other than price related factors. The Government will evaluate proposals for and technical capability, past performance, and costs. In evaluating the proposals for award, the Government will consider the technical proposal and past experience will be considered more significant than the price. The price proposals will be evaluated on the basis of its realism and acceptability to the Government. Subject to the availability of funds, award will be made to the offeror who receives the highest combined rating of price and technical factors. A higher priced proposal may receive a higher rating, provided that the proposal is in the competitive range. Those proposals that are submitted which are significantly higher or lower than the Government estimate may not be included, and therefore, not considered for award. A.Technical Proposal. 1.Project Personnel - Included Project Manager, Supervisor, and Laborers. Individual employee training and certifications or licensing shall be commensurate with requirements for job description. Resumes, Certifications, and Licenses Fit testing records Training records Supervisor's 30 hour OSHA Construction Safety certification Lead Renovator Certification Lead Sampling Certification AHERA Inspector and Project Manager AHERA Contractor AHERA Supervisor 2.Company Documentation Waste Transportation Safety Program and Commonwealth of Pennsylvania Certificate PA Asbestos/Lead Contractor License, Allegheny Health Department Asbestos/Lead Abatement Contractor License, Evidence of knowledge of manifest requirements shall be submitted. Evidence of knowledge of Safety Program and sample plans shall be submitted. B.Past Performance Evidence of five projects of similar complexity and scope as described in the statement of work completed by the Contractor in the last five years shall be submitted to meet the criteria for a responsible contractor. References with phone numbers shall be provided for each of the five projects. Occupied, operating hospital experience will be rated higher than other experience. The VA may supplement past performance with market research. If your firm is qualified to perform the required services, please provide the below requested information: A.The socio-economic status of your firm, keeping in mind the NAICS code for this requirement is 562910 "Environmental Consulting Services" with a Small Business size standard threshold of $15 million. Please check any and all of the following that apply: 1: Service disabled, veteran owned small business_________ 2: Veteran owned small business _______ 3: Small business_______ 4: (8a) firm _________ 5: HUB zone ________ 6: Large Business/Other than small business firm__________ B. Responses to this notice shall also include the following information: 1.Company Name: 2.DUNS #: 3.Full Address: 4.Point of Contact Information (Job title, Phone Number and E-mail Address) C. Please also provide a capabilities document demonstrates your firm's ability to meet the above requirements. RESPONSES MUST BE SUBMITTED BY EMAIL ONLY NLT 1300 ON 1/27/16. HAROLD K. DUKE - CONTRACTING OFFICER E-MAIL ADDRESS: HAROLD.DUKE@VA.GOV. Facsimile or telephonic responses will not be accepted. Simply responding as an "interested party" does not constitute your company as a source. Offeror must provide the above requested information. After review of the responses to this sources sought notice, a solicitation announcement may be published. All interested parties are reminded to be registered with the System For Award Management (SAM) at http://www.sam.gov in order to be eligible for award of Federal Government contracts. End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24416N0426/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-16-N-0426 VA244-16-N-0426.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2518594&FileName=VA244-16-N-0426-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2518594&FileName=VA244-16-N-0426-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA PITTSBURGH HEALTHCARE SYSTEM;PITTSBURGH, PA.;SEE SOW FOR EXACT LOCATION(S)
Zip Code: 15240
 
Record
SN03997587-W 20160123/160121234503-eeee641411f69f22a722236e811e2da5 (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.