Asbestos Containment Mitigation
ID: HT941025N0008Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source service contract to NCT Design & Construction for asbestos containment mitigation at the Naval Medical Center San Diego's Audiology Department. This contract, scheduled for the period of November 1 to November 30, 2024, aims to facilitate the installation of audiology-related equipment by addressing asbestos conditions that require specialized mitigation efforts. The selected contractor will be responsible for providing all necessary labor, materials, and asbestos control barriers as outlined in the Statement of Work. Interested vendors may submit capability statements to demonstrate their qualifications by the deadline of October 25, 2024, with all submissions directed to the primary contact, Danielle M Zulfer, at danielle.m.zulfer.civ@health.mil, or the secondary contact, Dwayne Casad, at dwayne.m.casad.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Health Agency Contracting Activity (DHACA) announced its intention to award a sole source service contract to NCT Design & Construction for asbestos containment mitigation at the Naval Medical Center San Diego's Audiology Department. This project, planned for November 1 to November 30, 2024, is vital for the installation of audiology equipment, necessitating specialized work due to existing asbestos conditions. The contract will include all labor and materials required for the mitigation process. The agency cites the Federal Acquisition Regulation (FAR) 13.106-1(b)(1), justifying the sole source decision based on the unique capabilities of NCT Design & Construction. Interested vendors may submit capability statements to demonstrate their qualifications, although no competitive proposals will be accepted. The notice provides clear guidelines for submissions and indicates a challenge process for vendors who question the sole source designation, with a deadline for challenges set for October 25, 2024. This notice underlines the government's need for specialized services in maintaining safety and compliance within healthcare facilities.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Building Supply
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), is soliciting quotations for the procurement of building supplies necessary for the renovation of Building 222 in Washington, DC. The project specifically targets the upgrade of rooms RMS 254 A-D, requiring various architectural materials such as sound insulation panels, drywall, wood doors, and metal studs, all aimed at enhancing the functionality and efficiency of the workspace. This Total Small Business Set-Aside opportunity emphasizes compliance with federal procurement regulations, requiring vendors to provide new, manufacturer-backed equipment and submit their quotations via email by the specified deadline. Interested parties can contact Sharla Erdmann at sharla.d.erdmann.civ@us.navy.mil or Theresa Macpherson at andrea.l.graves6.civ@us.navy.mil for further details, with the expected delivery timeframe set for November 14, 2024.
    Commercial Industrial Services (CIS) Hullboard Lagging Services Follow-On, Multiple Award Contract, Indefinite Delivery Indefinite Quantity (MAC-IDIQ)
    Active
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is seeking small business contractors for the Commercial Industrial Services (CIS) Hullboard Lagging Services Follow-On contract, which will be an indefinite delivery indefinite quantity (IDIQ) multiple award contract. The primary objective of this procurement is to secure labor, equipment, and materials necessary for the removal, repair, replacement, disposal, and installation of hullboard lagging and insulation materials on U.S. Navy vessels in San Diego, California. This contract is critical for maintaining the operational readiness of Navy ships while ensuring compliance with safety and environmental regulations, particularly concerning hazardous materials like asbestos. Interested parties must submit a letter of interest by 2 PM local time on November 4, 2024, to the designated contacts, Cindy Wong and Alisha Bloor, with the anticipated Request for Proposal (RFP) release date expected around June 4, 2025.
    BPA for Asbestos Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the McAlester Army Ammunition Plant, is seeking proposals for a Blanket Purchase Agreement (BPA) for asbestos testing services. The primary objective is to engage accredited inspectors to conduct thorough inspections and sampling of suspected asbestos-containing materials in compliance with EPA regulations, ensuring safety and environmental compliance. This procurement is crucial for identifying and managing asbestos-related risks prior to facility upgrades or repairs, reflecting the government's commitment to hazard identification and remediation. Interested contractors must submit their signed proposals by October 28, 2024, at 3:00 PM Central Daylight Time, and can direct inquiries to Regina Gibson at regina.l.gibson7.civ@army.mil or by phone at 918-420-7454.
    Y--P125 TEMPORARY MEDICAL FACILITIES AT NAVAL SUPPORT ACTIVITY BETHESDA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to issue a Request for Proposals (RFP) for a Design Bid Build construction, firm fixed-price, contract for the P125 Temporary Medical/Clinical Facilities at Naval Support Activity Bethesda in Bethesda, MD. The project involves constructing approximately 100,000 square feet of temporary modular medical/clinical facilities to supplement vacated space during the demolition of on the Bethesda Campus. The facilities will be constructed in accordance with UFC 4-010-01, Section 1-8.7, Barrier Free Design in accordance with DoD criteria and DEPSECDEF Memorandum "Access for People with Disabilities" dated 31 October 2008, applicable energy conservation legislation, and applicable DoD Strategic Sustainability Performance Plan (SSPP) standards. The Government intends to award one firm fixed-price contract. The estimated construction magnitude of this project is between $25,000,000 and $100,000,000.
    Y1DA--Improve Subspecialty (Re-procurement) - Source Sought
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a Sources Sought Notice regarding the completion of the Improve Subspecialty Waiting Area project at the Dayton Veterans Affairs Medical Center. The project, which has been partially completed, requires contractors capable of executing site preparation, asbestos abatement, demolition, and other construction tasks, with an estimated cost for the remaining work between $1 million and $2 million. This initiative is crucial for enhancing healthcare facilities for veterans, ensuring compliance with federal standards, and improving service delivery. Interested contractors must submit a Capability Statement by October 29, 2024, at 2:00 PM Eastern Time, to the contract specialist, Matthew Curtis, at matthew.curtis1@va.gov.
    Notice of Intent to Sole Source - Extend Services for N6264520P0002 - Maintenance for Varian Linear Accelerator System
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to negotiate a sole source modification for a maintenance contract with Varian Medical Systems, Inc. for the upkeep of Government-owned Varian Linear Accelerator Radiotherapy Systems. This contract is essential for ensuring compliance with OEM specifications and maintaining high operational standards for medical equipment used in Radiology, including adherence to U.S. Navy and Joint Commission standards. The contract, structured as a firm, fixed-price agreement, will cover services from November 1, 2024, to April 30, 2025, with an option for an additional period, and interested parties must submit capability statements by November 12, 2024, to demonstrate their qualifications. For further inquiries, contact Christine Russman at christine.l.russman.civ@health.mil or Jacqueline M. Mendoza at jacqueline.m.mendoza.civ@health.mil.
    Redacted EFO DHA FE HQ Facilities Operations Branch (FOB) Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is seeking to procure Facilities Operations Branch Support Services for the Defense Health Agency (DHA) at its Facilities-Enterprise Headquarters in San Antonio, Texas. This procurement involves a non-competitive Task Order awarded to NIKA Technologies, which will provide essential project support services for a six-month period, from September 10, 2024, to March 9, 2025, to maintain over 200 Military Treatment Facilities (MTFs). The urgency of this requirement is underscored by the critical nature of the services, which are vital for ensuring patient care and the operational effectiveness of the Department of Defense. Interested parties can reach out to Jasmine Jackson at Jasmine.N.Jackson@usace.army.mil for further information regarding this total small business set-aside opportunity.
    Z1DZ--Replace MCC Dental Air and Vacuum Equipment
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of dental air and vacuum equipment at the McClellan facility in California. This project aims to assess and upgrade the existing dental air and vacuum systems, ensuring compliance with NFPA guidelines while enhancing the efficiency and safety of dental services provided to veterans. The procurement includes detailed specifications for construction, electrical, and mechanical work, with a strong emphasis on maintaining patient safety and adhering to infection control protocols during the renovation process. Interested contractors should direct inquiries to Contract Specialist David A. Rovner at david.rovner@va.gov, and are encouraged to participate in a site visit scheduled for October 15, 2024, to better understand project requirements.
    Z1DA--631-23-016 Abate Asbestos Renovation 2024
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the "Z1DA--631-23-016 Abate Asbestos Renovation 2024" project, which involves the abatement of asbestos in specified areas of the Edward P. Boland VA Medical Center in Leeds, Massachusetts. The project requires comprehensive labor, materials, and permits to ensure compliance with VHA, OSHA, EPA, and state regulations, with work scheduled primarily during off-hours to minimize disruption to hospital operations. This initiative is critical for maintaining a safe healthcare environment while addressing hazardous materials, emphasizing the importance of strict adherence to safety protocols and environmental controls. Interested contractors should contact Chelsea L Rodrigue at chelsea.rodrigue@va.gov for further details, and the project is expected to adhere to the wage determination guidelines outlined for Massachusetts.
    Maintenance/Repair of Special Industry Machinery.
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to award a sole-source firm-fixed-price contract to Bio Response Solutions, Inc. for the maintenance and repair of its Continuous Flow Thermal Effluent Decontamination System (CFTEDS). This contract is essential for conducting all required preventative and corrective maintenance services on the CFTEDS, which is specifically designed to process effluent from Biosafety Level (BSL-3) and BSL-4 laboratories, making it a critical component in maintaining laboratory safety and compliance. Interested vendors may submit capability statements to demonstrate their ability to provide similar services, with submissions due by 10:00 AM EST on November 1, 2024. For inquiries, contact Deborah Hagan at deborah.l.hagan.civ@health.mil or Tonya Kreps at tonya.r.kreps.civ@health.mil.