DOCUMENT
C -- (CON) Asbestos Survey - 442 - Attachment
- Notice Date
- 8/8/2018
- Notice Type
- Attachment
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- 36C25918R0615
- Archive Date
- 11/6/2018
- Point of Contact
- Josiah Benton
- E-Mail Address
-
.benton@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This Pre-Solicitation Notice supersedes the previous 36C25918R0615. This is a Pre-Solicitation Notice Request for Proposals will be posted on or about August 8, 2018 A comprehensive asbestos survey of the Cheyenne Veterans Affairs Medical Center, 2360 E Pershing Blvd, Cheyenne, WY 82009 This will be a Service Disabled Veteran Owned Small Business (SDVOSB) Set-aside. Contractor shall conduct a comprehensive survey of the Cheyenne Veterans Affairs Medical Center, 2360 E Pershing Blvd, Cheyenne, WY 82009 for the presence of friable asbestos-containing materials (ACM). Asbestos-Containing Materials (ACM) is intended to mean all materials that would fall under either the EPA Asbestos Hazard Emergency Response Act (AHERA) regulations or the OSHA Asbestos Standards. It shall be the contractor s responsibility to identify the applicable federal, state, local laws and regulations, and Veterans Health Administration (VHA) Directives, and apply the procedures and protocols as required. The survey will include accessible areas of all site buildings and, if present, suspect materials on the exterior of buildings and in tunnels and crawl spaces. Specific tasks to be performed during the survey will include but not limited to: The contractor shall perform a thorough review of building records to include drawings, specifications, past removal actions (when information is available), inspection reports, industrial hygiene data, maintenance records, and reports/findings of independent asbestos surveys. The contractor shall document the presence or absence of ACM as indicated by the records review. Provide a complete update to prior Baseline Asbestos Assessment Surveys to ensure compliance with EPA, AHERA and OSHA asbestos notification requirements to building occupants are met. The contractor shall survey and categorize each structure according to the [AHERA] risk rating system and AHERA abatement categories. The contractor shall use previous data and assessments performed to reduce survey time and effort. All information from previous survey assessments shall be incorporated into the database system using MS Excel or MS Access. In those instances where previously surveyed facilities will require supplemental sampling or information gathering it will be accomplished under this general scope of work. Conduct an Asbestos Assessment of every accessible building space included in the survey; identify types, locations and quantities of asbestos present. Collect bulk samples of suspect materials for confirmatory laboratory analysis (samples will be collected and analyzed in accordance with the recommended EPA protocol) when necessary to confirm or clarify existing asbestos surveys. The NIACS code for this project is 541620, with a small business size standard of $15M. This project will be 100% set-aside for Service Disabled Veteran-Owned Small Businesses as stated below. The project construction magnitude is between $250,000.00 and $500,000.00 The POC for this project will be Josiah Benton he can be contacted at 303-712-5770 or email at Josiah.benton@va.gov. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Verification and Evaluation (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, offerors must be both VISIBLE and VERIFIED by the Department of Veterans Affairs Center for Verification and Evaluation prior to contract award. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz prior to contract award will result in the offeror s proposal being deemed non-compliant. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918R0615/listing.html)
- Document(s)
- Attachment
- File Name: 36C25918R0615 36C25918R0615.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4530993&FileName=36C25918R0615-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4530993&FileName=36C25918R0615-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25918R0615 36C25918R0615.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4530993&FileName=36C25918R0615-000.docx)
- Place of Performance
- Address: George E. Wahlen Medical Center;Cheyenne VAMC;2360 East Pershing Blvd.;Cheyenne, WY
- Zip Code: 82001
- Zip Code: 82001
- Record
- SN05028406-W 20180810/180808231917-72008230637c733c218e1e5c9b2ab121 (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 |