DOCUMENT
Z -- ACM Abatement bldg 1, 1st Floor VA Central California Health Care System - Attachment
- Notice Date
- 2/15/2018
- Notice Type
- Attachment
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Central California Health Care System;855 M Street, Suite 1020;Fresno CA 93721
- ZIP Code
- 93721
- Solicitation Number
- 36C26118Q0307
- Response Due
- 2/23/2018
- Archive Date
- 4/24/2018
- Point of Contact
- Alex Ochoa
- E-Mail Address
-
5-6100
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. No Solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) Code is 562910 (Remediation Services); Small Business Standard Size is $20.5M. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Service Disabled Veteran Owned and Veteran Owned Small Businesses must be registered and verified in the Department of Veterans Affairs Vendor Information Pages (VIP) (See Internet Site https://www.vip.vetbiz.gov/). Brief Description of Services SCOPE OF WORK ASBESTOS CONTAINING FLOOR TILE & MASTIC ABATEMENT VA CENTRAL CALIFORNIA HEALTH CARE SYSTEM (VACCHCS) BLDG 1 (1st FLOOR) 2615 E CLINTON AVE FRESNO CA, 93703 2/14/18 Scope of Work: Contractor shall provide all labor, materials, equipment, tools, transportation, supervision, and administration for the work described in the contract documents, scope of work, drawings, and specifications herein. Description 1. Remove, transport, and dispose of asbestos containing floor tile and mastic (see attached floorplan) to include Corridor 1A-2, 1B-1, 1B-2, 1B-3, 1B-4, 1B-5, 1B-6, Lobby and Pharmacy pick-up, Pharmacy Pick-up Vestibule, and Corridor 1A-2 Vestibule. This space is approximately 5,000 square feet in area. 2. Set-up critical barrier utilizing 6-millimeter fire rated polyurethane and seal all HVAC registers. Hazard communication shall be posted per regulatory guidelines. Critical barrier to be cleaned (HEPA vacuum and wet wipe) before removal. 3. Provide negative air machines that are DOP tested and certified. Machines will exhaust into a diffuser chamber provided by the vendor and located outside the containment in a location approved by the VA. 4. Setup manometers to monitor pressure in containment to ensure abatement standard of -0.02wc is maintained. 5. Install 3 stage decontamination unit and walk of mats at all entries to the containment. 6. Price to include third party on-site perimeter monitoring and final air clearance report. Submit Third Party vendor credentials at the time of proposal for VA approval. 7. Price shall include an on-site supervisor to monitor all work activities and act as the emergency POC to the VA. 8. Floor tile to be removed by hand or mechanical methods and kept wet. 9. Mastic to be removed utilizing an Ultra High Water Blasting process and extracted with a vacuum/filtration system that meets regulatory compliance. 10. Hazardous waste shall be transported from the job site in sealed containers. All transport vehicle wheels shall be cleaned before transport. 11. Dispose ACM materials as Hazardous Waste with a signed manifest. 12. Price to include all applicable APCD fees and notifications. 13. Power and water to be supplied at no additional cost. All work will be organized and coordinated with the VA and executed in five phases (see attached recommended work plan). At the designated time of completion for each phase, contractor shall submit an approved air clearance report and have all critical barriers removed. Price shall be based on local and applicable prevailing wage rates. Contract Work Hours: Weekend work hours for the contract are as follows: Phase 1: Friday 5:00 p.m. - Sunday 12:00 a.m. Phases 2 through 5: Friday 5:00 p.m. - Saturday 12:00 a.m. Contractor shall exclude from the normal work week the following listed holidays or the days observed in lieu thereof by the Department of Veterans Affairs: New Year s Day Presidents Day Martin Luther King s Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas and other days specifically declared by the President of the United States to be National Holi-days. Contractor may request alternate work hours and work days in writing to the contracting officer. Location All work shall be completed at the VA Central California Health Care System (Building 1, 1st Floor) located at 2615 E. Clinton Ave Fresno, CA 93703. END OF SCOPE Capability Statement The Government requests that interested parties provide the following capability information to the Contract Specialist, Alejandro Ochoa at Alejandro.ochoa2@va.gov by 4:30pm (PST) on 02/23/2018. (a) Business Size (Large/Small) (b) Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.) (c) SAM record (www.sam.gov) (d) VIP record (SDVOSB/VOSB firms only) (https://www.vip.vetbiz.gov/) (e) DUNS number (f) Ability and experience in managing similar projects. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. (g) List of Projects (Government and Commercial) that are similar in scope and size. (h) Anticipated Teaming Arrangements (if any) (i) GSA Contract Number if applicable. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. The Government will use this information when determining its business type decision. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded as a direct result of this Sources Sought announcement. *Failure to provide the information requested above (items (a) (i)) will be considered non-responsive and will not be considered a viable source.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FrVAMC570/FrVAMC570/36C26118Q0307/listing.html)
- Document(s)
- Attachment
- File Name: 36C26118Q0307 36C26118Q0307.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4088516&FileName=36C26118Q0307-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4088516&FileName=36C26118Q0307-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26118Q0307 36C26118Q0307.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4088516&FileName=36C26118Q0307-000.docx)
- Place of Performance
- Address: VA CENTRAL CALIFORNIA HEALTH CARE SYSTEM (VACCHCS);BLDG 1 (1st FLOOR);2615 E CLINTON AVE;FRESNO CA
- Zip Code: 93703
- Zip Code: 93703
- Record
- SN04825220-W 20180217/180215232129-d8b370db3bba7c365404ffbc410dbfc4 (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 |