SOURCES SOUGHT
R -- Tri-Annual AHERA Environmental Asbestos and Lead re-inspection and testing survey
- Notice Date
- 1/27/2023 11:40:29 AM
- Notice Type
- Sources Sought
- NAICS
- 541350
— Building Inspection Services
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26223Q0500
- Response Due
- 2/3/2023 10:00:00 AM
- Archive Date
- 03/15/2023
- Point of Contact
- Ositadima Ndubizu, Contract Specialist Intern, Phone: (562) 766-2252
- E-Mail Address
-
ositadima.ndubizu@va.gov
(ositadima.ndubizu@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It 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 notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. VA Greater Los Angeles Healthcare System located at 11301 Wilshire Blvd, Los Angeles, CA 90073 is seeking a contractor to provide a Tri-Annual AHERA Environmental Asbestos and Lead re-inspection and testing survey. This environmental data collection and data management services will be performed on all the buildings at VA GLAHS (VA Greater Los Angeles Healthcare System- VA West LOS Angeles, VA SEPULVEDA and VA LAACC Facility Buildings). The contractor must provide the following tasks: Contractor shall prepare re-inspection forms for the materials, any prior documentation identified as Asbestos containing materials (ACM)/Asbestos Containing construction materials (ACCM) and prior documentation identified as Lead Base Paints (LBP). Contractor shall perform Operations and Maintenance level surveys of interiors of buildings that have not been surveyed, as identified in any prior documentation. These surveys will focus on identifying predominant suspect ACMs/ACCMs and will include sampling of friable and damaged non-friable materials, as well as predominant non-friable materials. All suspect ACMs/ACCMs may not be sampled during surveys. Contractor shall test, using X-Ray Fluorescence analyzer (XRF) predominant, representative paints and coatings for lead content. Any damaged paints and coatings will be tested. The TEM (Transmission Electron Microscopy) will be used to supplement PCM analysis when PCM analysis suggests that exposure to asbestos fibers is high and there is need for confirmation. Single analytical report per building at VA West Los Angele, VA Sepulveda, and VA LAACC will be generated on the asbestos and lead re-inspection survey. The report will be prepared by a certified site surveillance technician (CSST) and by Lead sampling technician (LST). Both of whom should be supervised by a certified asbestos consultant and a California Department of Public Health inspector/assessor (CDPH I/A). The report will provide a summary of the re-inspection per building, noting any asbestos/lead material present or any asbestos/lead material present or any asbestos/lead material which appears to have been removed. This report will contain field completed re-inspection forms, laboratory analytical report, XRF Logs, sample location drawings, photos, and staff certifications. Contractor will prepare an excel spreadsheet of asbestos/lead abatement costs identified as present or remaining in each building. Each general type of hazardous material will be aggregated per building, and cost for abatement, based on unit rates. Shall be provided for each type of material, segregated by each building. For example, if a particular building has several types of ACM floor tile, these will be aggregated into a single line with a single cost associated. Database Management and Collection- The document database management system that the contractor provides must be completely uploaded and operational. To keep and organize all documents and files, paper archives, CAD drawings, O&M manuals, and project documents, comprehensive user-friendly technical software must be implemented. This will allow huge organizations like VA GLAHS to manage and take control of their database information. The software must allow VAGLAHS personnel can benefit from implementing Single Sign-On and routing Users through their VA account logins. The SSO must allow us to set up various types of secure enterprise connections. SSO should use the highest level of encryption, TLS 1.2. Implementing SSO will provide an additional level of security to technical documents as well as allow authenticated users the ability to log in without remembering yet another username and password. Contractor will organize documents from past filing (paper and electronic files) to their unique building information software by providing the following services: Document Review: Contractor will review all documents in paper and electronic formats, drawings, and small format documents. Contractor will create customized indexing database to house the information captured. The database information will be standardized, the metadata filed such as building names, disciplines, dates, etc. The contractor will start with reviewing and cataloging binders, drawings, manuals, reports, and project files that exist in an electronic format. Files may reside on a server, thumb drives, CDs, DVDs, or on external hard drives. The information will be entered into a cataloging database and important pieces of metadata will be captured such as the building name, the project name, the issue, and the date. Contractor will identify the latest versions of each project set and will separate out any duplicate copies of the files. Contractor will review and catalog the paper files and see where they overlap with the existing electronic files. They will identify the latest version of each set and separate out any paper duplicates found. Contractor will add them to the same database as the electronic files. This will allow us to determine which documents will need to be scanned. We can typically reduce the total number of scanning documents by 25% to 50%. Document Scanning-Upon completion of document review, contractor will begin digitizing the files. They will prepare the documents for scanning either in small-format and large format. Document Indexing- Contractor will capture key information and import into their software. This will permit VAGLAHS users to search and find documents in a variety of ways. Document Conversion- (DWG to PDF). The software viewer has to authorize users to many kinds of files to be uploaded to the system. Contractor will perform conversion services to convert other file types such as DWG, REVIT, WORD, EXCEL to PDF. Quality Control- After files have been reviewed, scanned and indexed, a rigorous quality control will be implemented. Emergency Documents- Contractor shall provide quick access to critical emergency documents and make it accessible to VA GLAHS leadership. Compliance Module- This compliance module should be able to store compliance reports, logs checklists, etc., and display them on calendar dashboard so that one can easily view the requirements, discrepancies, and compliance information and risks. Space Management Module- This module should combine Auto CAD drawings with the database which allows authorized users to inspect floor plans using custom views and data filters, capture essential data such as space type, accounting unit, and department, store equipment, occupancy, HVAC and electrical zones, key codes, floor covers, ceiling type, paint chip numbers, lighting, roof types, etc. If you are interested and are capable of providing the required service(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) Size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (3) Is your company considered small under the NAICS code 541350? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. 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. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 541350 ($8 Million). Responses to this notice shall be submitted via email to Ositadima.ndubizu@va.gov. Telephone responses will not be accepted. Responses must be received no later than 02/03/2023 10:00 AM PST. After review of the responses to this sources sought announcement, a solicitation may be published on the FedBizOpps or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. 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) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d0fe6278ebfd418fa98fb6dac3d335a4/view)
- Place of Performance
- Address: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd, Los Angeles 90073, USA
- Zip Code: 90073
- Country: USA
- Zip Code: 90073
- Record
- SN06575882-F 20230129/230127230104 (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 |