Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2017 FBO #5544
DOCUMENT

Z -- Asbestos Abatement Bldg. 200 578-16-041 - Attachment

Notice Date
1/25/2017
 
Notice Type
Attachment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Veteran Affairs;Great Lakes Acquisition Center (GLAC);3001 Green Bay Rd, Bldg 1, Rm 329;North Chicago;IL 60064
 
ZIP Code
60064
 
Solicitation Number
VA69D17N0510
 
Response Due
2/3/2017
 
Archive Date
4/4/2017
 
Point of Contact
Isabell Coad
 
E-Mail Address
0-3646<br
 
Small Business Set-Aside
Total Small Business
 
Description
Page 1 of 4 The Department of Veterans Affairs (VA) is conducting Market Research to obtain information regarding potential qualified sources and their size classification (service disabled veteran owned small business, veteran owned small business, hub zone, 8(a), small disadvantage business, woman-owned, small business, or large business) to make appropriate acquisition decisions and to gain knowledge of potential qualified businesses interested and capable of performing ASBESTOS ABATEMENT and ASBESTOS MONITORING at Edward Hines, Jr. VA Hospital in Hines, IL. The project magnitude range is between $25,000 and $100,000. This is a Request for Information (RFI) SOURCES SOUGHT ANNOUNCEMENT ONLY. This is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the  Government to award a contract. Responses to this Sources Sought Announcement must be in writing. The NAICS codes being considered for this project is: 562910 Remediation Services Description: The Department of Veterans Affairs (VA) Veterans Health Administration (VHA), Great Lakes Acquisition Center (GLAC/NCO12) requires Contractor(s) to provide all resources, labor, personnel, equipment, tools, materials, vehicles, transportation, and supervision necessary and required to perform the work associated with asbestos abatement and monitoring. Great Lakes Acquisition Center is anticipating awarding two separate contracts in the near future: 1 contract for Asbestos Abatement 1 contract for Asbestos Monitoring The same contractor cannot be awarded both abatement and monitoring at the same time. ASBESTOS ABATEMENT Work includes: Obtain all permits and licenses necessary for the removal and disposal of ACM. Abate ACM floor tile and mastic. Remove VCT and mastic down to a clean and smooth substrate. Package and dispose of ACM debris in accordance with applicable standards and regulations. Demo ACM drywall down to studs (leave studs in place). Discard lay-in acoustical ceiling tile and grid in all rooms in the process of performing the drywall abatement work. Abate asbestos containing insulation on 12 diameter inch pipe in ceiling in. Contractor shall reinsulate pipe after abatement with non-ACM materials. After abatement encapsulate any ends of the pipe that have exposed asbestos that has not been abated. Abate floor tile and mastic just outside of the double door. Demo door jamb and doors and abate any floor tile and mastic that may be under the door jamb. Abate HVAC duct joint ACM insulation. Duct is located in the ceiling. Reinsulate duct after abatement with non-ACM sealant. All construction debris, hazardous materials and garbage shall be removed in accordance with the terms and provisions of a Class III Infection Control Risk Assessment. Contractor shall be responsible for its own hazardous material, garbage and construction debris removal from the campus. All materials shall be disposed of in accordance with Federal, State and local environmental regulations. ASBESTOS MONITORING Work includes: Contractor shall provide asbestos abatement Quality Control monitoring. Anticipated Performance Period: (73) calendar days from the date of the Notice to Proceed. Questions: Requests for information regarding this RFI must be submitted to the Contract Specialist in writing (email is acceptable). Any interested offeror desiring an explanation or interpretation of the anticipated solicitation specifications must request it in writing. All questions must be submitted in writing to: Isabell Coad (isabell.coad@va.gov) No Later Than, January 30, 2017 at 3:00 p.m., Central Standard Time (CST). No phone responses will be accepted. NOTE: All questions must reference the RFI # and Description of the project in the Header or Opening Statement. Submittal of Interest: Interested and capable firms are requested to provide the above mentioned information to the attention of the Contract Specialist identified herein. E-mail submissions will be acceptable at isabell.coad@va.gov. Submissions should be submitted no later than 3:00 p.m., Central Standard Time (CST) on February 3, 2017. NO FAX/ FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Responses to this notice shall include the following information: Company s name Company s address Company s point of contact Company s phone, fax, and email address Company s DUNS number and Cage Code   Type of business, e.g. Small Service Disabled Veteran Owned  Small Business, Veteran Owned Small Business, SBA Certified 8(a) Firm, SBA Certified HUBZone Firm, Women Owned Small Business, SBA Certified Small Disadvantaged Business, Small Business, or Other than Small Business, relative to NAICS codes 562910. Statement of Capability that demonstrates the offeror's capability and past performance in providing and meeting the type of service requirement stated in the Statement of Work (SOW); to include the following: (i) documentation showing conformance with Federal, State and/or local regulations (ii) documentation of prior completed Government contracts, references, and other related information.         1. The contractor MUST be licensed in the State of Illinois for Asbestos Abatement/Removal. The contractor MUST be registered with the Illinois Department of Public Health. The contractor MUST show proof of OSHA/EPA Supervisor and Employee training for all personnel. 2. The contractor shall obtain all necessary licenses and/or permits required to perform this work and provide them to the Contracting Officer prior to award. Failure to submit the requested documentation maybe grounds for cancellation/or termination. 3. The contractor shall take all reasonable precautions necessary to protect persons and property form injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract, that is caused by the contractor's employee's fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Illinois. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder, with regard to any claims, loss, damage, injury and liability resulting there from. 4. Provide support staff and backup capacity to provide adequate level of support throughout the performance of contract work. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) website, located on at www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses who respond to a solicitation must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov.   Disclaimer: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responders are solely responsible for all expenses associated with responding to this RFI. The Government is not obligated to nor will it pay for or reimburse respondent parties for any costs associated with responding to this Sources Sought Announcement. NOTE: No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Announcement. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, do not request a copy of the Solicitation. After a review of the responses received, a Pre-Solicitation Notice and Solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Announcement. However, responses to this Sources Sought Announcement will not be considered adequate responses to any resultant solicitation. Comments/Concerns: Please list any comments and/or concerns you may have regarding this Sources Sought Announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D17N0510/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-17-N-0510 VA69D-17-N-0510.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3233075&FileName=VA69D-17-N-0510-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3233075&FileName=VA69D-17-N-0510-000.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: Edward Hines, Jr. VA Hospital;Hines, IL
Zip Code: 60141
 
Record
SN04380264-W 20170127/170125234140-0efa3ba47b03229a2a9b246b47047d4e (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.