Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2020 SAM #6707
SOURCES SOUGHT

F -- Oral Solicitation: Mold Abatement Abate Mold in B410-services at the Tomah VA Medical Center Tomah, WI

Notice Date
4/8/2020 3:09:50 PM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25220Q0396
 
Response Due
4/15/2020 12:00:00 AM
 
Archive Date
05/15/2020
 
Point of Contact
Della Bond della.bond@v.gov
 
E-Mail Address
della.bond@va.gov
(della.bond@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This is not a solicitation for proposals, proposal abstracts, bids, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested will assist the Government in determining the appropriate acquisition method. Firms shall identify whether they are a small business or other than small business in accordance with the size standard for NAICS code 562910 size standard $22.0 Million. All information must be received no later than Tuesday, April 15, 2020 at 9:00 AM (Local Time). Email information to Della Bond, Contract Specialist, at Della.Bond@va.gov. The Government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Telephone inquiries will not be accepted or returned. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR A SPECIFIC SMALL BUSINESS SOCIOECONOMIC CONTRACTING PROGRAM, SMALL BUSINESSES, OR PROCURED THROUGH FULL AND OPEN COMPETITION. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). The following NAICS Code and Small Business Size Standard has been identified for this requirement: 562910 - Remediation Services: This industry comprises establishments primarily engaged in one or more of the following: (1) remediation and cleanup of contaminated buildings, mine sites, soil, or ground water; (2) integrated mine reclamation activities, including demolition, soil remediation, waste water treatment, hazardous material removal, contouring land, and revegetation; and (3) asbestos, lead paint, and other toxic material abatement. - Small Business Size Standard is $22.0 Million. STATEMENT OF WORK MOLD ABATEMENT B410 The Contractor shall provide all equipment, material, labor, travel costs and supervision, to abate moldy drywall, wall insulation and wall studs as required, in the basement of building (B410), at the Tomah VA Medical Center (VAMC), 500 E. Veterans Street, Tomah, WI. SCOPE Contractor shall abate approximately 175 Square Feet (S.F.) of moldy drywall, as required, on the interior and exterior walls of the power and data closets in the basement of B410. Drywall removal shall be approximately 16 to 24 inches from the floor to the ending height of removal. Contractor shall abate approximately 175 S.F. of moldy vapor barrier, as required, on the interior and exterior walls of the power and data closets in the basement of B410. Contractor shall abate approximately 85 S.F. of moldy wall insulation, as required, that is interior to the walls of the power and data closets in the basement of B410. Contractor shall abate any moldy wall studs, as required, that are part of the walls of the power and data closets in the basement of B410. Partial stud removal is acceptable, if Contractor can verify that existing stud left after partial removal does not contain existing mold. Any changes to this Statement Of Work (SOW) shall be authorized and approved only through written modification of this contract from the CO (Contracting Officer) in coordination with the COR (Contracting Officers Representative). Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. Notwithstanding, the Contractor shall perform no additional work without the prior written authorization of the Contracting Officer. Any additional work, which may be performed by the Contractor without this approval, will be performed by the Contractor at no additional cost to the Government. Within seven (7) days of the award of this contract, the Contractor and the Government shall agree upon a date for work to take place. SERVICE HOURS AND FEDERAL HOLIDAYS Normal hours of coverage are Monday through Friday from 7:30 am to 4:30 pm, excluding holidays. All work shall be performed during normal hours of coverage. All contract work shall be on a date and time mutually agreed upon between the Contractor and the COR. Federal Holidays observed by the VAMC are: New Years Day Labor Day Martin Luther King Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day GENERAL INFORMATION Compliance with General Safety Regulations: All Contractors and Subcontractors performing services for the Government shall comply with all Occupational Safety and Health Administration (OSHA), State, County and Municipal Safety and Occupational Health Standards and any other applicable Federal, State and Local rules and regulations. All Contractors and Subcontractors shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract. Contractor shall submit a mold abatement plan to the COR 7 days prior to performing the required work. All ladders, scaffolding, tools, equipment, personal protective equipment, etc. shall be OSHA approved for the work to be performed. Contractor shall use caution signs as required by OSHA Regulations. Caution signs shall be on-site on commencement of Contract. Contractor shall furnish to the COR two (2) copies of Material Safety Data Sheets (MSD Sheets) for approval, for all products proposed for use, a minimum of seven (7) days prior to beginning service. Contractor must update copies of the MSD Sheets on an annual basis. In addition, each time a new chemical product is proposed to be introduced into the facility, a copy of that product's MSD Sheet must be provided to the COR for approval, prior to the product being used at the facility. The contractor s Field Service Technician (FST) shall contact the COR/POC prior to performing service at this location and shall communicate to the COR of their presence on the Tomah VA Medical Center campus. The contractor shall obtain all other necessary licenses and/or permits required to perform all work under this contract. Contractor is responsible to replace any items damaged by the contractor, sub-contractor, their employees or equipment at no extra charge to the Government. Contractor shall not interrupt any utility service while performing under this contract. Contractor personnel must conduct their work in a manner that does not interfere with the normal functions of the facility and will stop work if asked by the CO/COR as required if interruptions do occur. The Contractor is responsible for supplying, completing, and submitting all reports required or requested by any additional Federal, State, or local codes as they pertain to any work performed under this contract. COMPETENCIES AND QUALIFICATIONS OF PERSONNEL SERVICING EQUIPMENT: Contractors must have an established business, with an office and staff; The staff includes a Field Service Technician (FST) and a second Field Service Technician who will serve as the backup FST. FST(s) shall have a minimum of two (2) years of experience performing this service. The FST(s) shall have completed a formalized training program for the equipment identified in the Statement of Work. For field experience, the FST(s) shall have a minimum of two years of experience performing mold abatement in the state of Wisconsin. The FSTs shall be authorized by the Contractor to perform the required services. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSTs for the services required to be performed at the Tomah VAMC. The CO may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are performing this service. The CO and/or COR specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the Tomah VAMC. If subcontractor(s) are used, they must be approved by the CO; the Contractor shall submit any proposed change in Subcontractor(s) to the CO for approval/disapproval. The contractor shall be fully staffed on the first day of work under the contract. All personnel shall receive close and continuing first-line supervision by the contractor. FST(s) who are performing the work must be experienced, fully trained and a regular employee of the contractor. Contractor's personnel shall be regular employees of the Contractor, day laborers are not acceptable. ORIENTATION FOR CONTRACTOR EMPLOYEES: Contractor will attend an orientation meeting as arranged by the Contracting Officer's Representative (COR). The VA will schedule this meeting and it will include discussion of the following topics: (VA will provide information to the contractor regarding these topics and will document the meeting) Fire and Safety Infection control Disaster procedures - Other The Contractor will be responsible to ensure that employees coming to the work site will receive the information required above. SECURITY REQUIREMENTS All Contractor FST(s) shall obtain contractor ID badges from the COR. Identification shall be worn visible by the Contractor and all FST s while on premises. Contractor shall coordinate with the COR to acquire said identification badges. During normal working hours of operation, Monday through Friday, the contractor shall check in with the COR/Tomah VAMC POC when arriving to perform work and check out with the COR/Tomah VAMC POC when workday start and when workday is complete. During other than normal hours of operation, the contractor shall sign in and out with the Fire Department located on the east end of B36. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Effective October 1, 2019, smoking is prohibited both inside and outside (entire campus) at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. RISK CONTROL The Contractor shall take all necessary precautions to protect government property and shall repair any damage caused by their efforts. All work affecting patients shall be coordinated in advance by the Government and the Contractor to have minimal impact on the patients. PLACE OF PERFORMANCE Tomah VA Medical Center, B410, 500 E. Veterans St., Tomah, WI. 54660 Deliverables. Mold abatement plan. Delivered to COR 7 days prior to performing the work. Documentation proving experience in performing defined work and as indicated in Section 5, Paragraph B above. Provided at the time of proposal. Period of Performance. Period of Performance shall begin 21 days after Notice to Proceed. Support and service, as defined in this SOW, is to occur as scheduled and as required during the period of performance. Work shall be completed in a timely manner and a performance schedule shall be coordinated with the Government upon contract award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dd7472e40e8142ff9b2eb84912fb907f/view)
 
Place of Performance
Address: Tomah VA Medical Center (VAMC);500 E. Veterans Street, Tomah, WI 54660-3105, USA
Zip Code: 54660-3105
Country: USA
 
Record
SN05615049-F 20200410/200408230159 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.