Old Dental Abatement at Castle Point VAMC
ID: 36C24225Q0624Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs) (VSA)
Timeline
    Description

    The Department of Veterans Affairs is seeking a qualified contractor for the Old Dental Abatement project at the Castle Point Veterans Affairs Medical Center in Wappingers Falls, New York. The primary objective of this procurement is to safely abate asbestos and lead hazards in Building 16, the Old Dental Clinic, which involves the removal of hazardous materials from approximately 3,000 square feet and adherence to strict safety and compliance regulations. This project is critical for ensuring a safe healthcare environment for veterans and staff, reflecting the VA's commitment to environmental safety and regulatory compliance. Interested Veteran-Owned Small Businesses (VOSBs) must submit proposals by May 28, 2025, following a site visit scheduled for May 20, 2025, and can direct inquiries to Daniel Barone at daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.

    Point(s) of Contact
    Files
    Title
    Posted
    The VA Medical Center Castle Point has initiated Project No. 620A4-23-219, aimed at designing and abating asbestos hazards in Building 16, the Old Dental Clinic. The contractor is required to prepare the site by demolishing existing structures and addressing asbestos and lead hazards, while adhering to specified safety and security protocols. Site visits for bidders must be arranged with the Medical Center's safety officer, and contractors must comply with stringent security requirements, including badge identification. The contract's main work components involve the abatement of hazardous materials and construction of containment structures. The document outlines extensive security procedures, including access control, document safeguarding, and specific vehicle access protocols. Contractors must ensure continuity of utility services throughout the project, plan for any interruptions with prior approval, and manage abandoned utility lines appropriately. The overall intent of the document is to outline the requirements for safe and compliant abatement operations, ensuring the protection of workers, patients, and sensitive information during the construction process. Compliance with VA regulations and local codes is emphasized to maintain operational integrity and safety at the Medical Center during renovations.
    The VA Medical Center Castle Point is undertaking Project No. 620A4-23-219, focused on the design and abatement of asbestos hazards in Building 16, the Old Dental Clinic, scheduled for completion by August 12, 2024. The document outlines stringent safety requirements applicable to all construction activities, emphasizing adherence to various safety standards established by organizations like OSHA, NFPA, and ASSE. Key components include the development of an Accident Prevention Plan (APP), which mandates site-specific hazard assessments, training for personnel, and regular safety inspections. A strong focus is placed on the roles of the Site Safety and Health Officer (SSHO) and Competent Persons (CP) who are responsible for compliance with safety regulations and overseeing subcontractor safety practices. The project requires comprehensive activity hazard analyses (AHAs) for tasks involving significant risks, infection control protocols during construction, and detailed fire safety plans. Furthermore, infection prevention and control measures are vital to protect against airborne diseases, particularly crucial in a healthcare setting. Overall, the document illustrates the VA's dedication to maintaining high safety and health standards during construction activities, ultimately safeguarding both workers and the surrounding community.
    The VA Medical Center Castle Point is undertaking a project (VA Project No. 620A4-23-219) focused on the design and abatement of asbestos hazards within Building 16, the Old Dental Clinic. The project entails the removal and proper disposal of various asbestos-containing materials (ACM), including contaminated wall and ceiling components, floorings, and lead shielding. The estimated quantities of materials requiring abatement span 3,500 square feet for floorings and ceilings, 100 linear feet of pipe insulation, and additional materials, such as countertops and sinks with asbestos undercoating. All abatement activities will comply with strict federal, state, and local regulations to ensure safety, including the implementation of complete containment procedures and decontamination protocols. The contractor must coordinate closely with VA representatives, ensuring adherence to notification requirements and emergency planning procedures, including grounding emergency personnel on project specifications and access protocols. This project reflects the VA's commitment to ensuring a safe healthcare environment for patients and staff by mitigating hazardous materials in their facilities, demonstrating a priority for health compliance and workplace safety.
    The VA Medical Center Castle Point is initiating a project (No. 620A4-23-219) focused on the abatement of lead-based materials, including lead-based paint and lead shielding, primarily in Building 16, the Old Dental Clinic. The project outlines procedures for the safe removal and disposal of lead hazards, adhering to OSHA standards and local regulations. Contractors must ensure comprehensive control measures to limit exposure to lead, utilizing certified industrial hygienists and following strict health and safety guidelines. Critical components include establishing lead control areas, proper waste management, monitoring lead concentrations, and maintaining rigorous documentation of training and safety practices. This project emphasizes the importance of compliance with federal, state, and local environmental regulations to protect both workers and the surrounding community from lead hazards during the abatement process.
    The government solicitation 36C24225Q0624 is aimed at contracting a Veteran Owned Small Business (VOSB) for the Medical Gas System Relocation project at the VA NJ HCS in East Orange, NJ. The contractor is responsible for all necessary materials, personnel, and coordination of work, primarily scheduled during evenings or weekends. The project has a budget of $100,000 to $200,000 and a performance timeline of 90 days post-award. Interested bidders must provide a capability statement, cost proposal, and several compliance certificates, including those related to the Buy American Act and limitations on subcontracting. A site visit is scheduled for May 20, 2025, with proposals due by May 28, 2025. The government aims to evaluate offers based on technical capability, pricing, and past performance, with an understanding that they reserve the right to award without discussions. The requirements emphasize safety compliance and utilize environmentally responsible practices in line with VA guidelines, reflecting a strong commitment to supporting veteran-owned businesses while ensuring meticulous project execution.
    The document outlines the Abatement Plan for asbestos hazards in Building 16 of the Castle Point VAMC, managed by the U.S. Department of Veterans Affairs, with Mabbett & Associates, Inc. as the project consultant. The plan includes comprehensive guidelines for safe asbestos abatement, emphasizing compliance with government regulations and ensuring the health and safety of personnel. Key procedures detailed include using wet methods to limit dust release, establishing negative pressure enclosures to control air quality during removal, and pre-cleaning of work areas. The contractor is responsible for removing hazardous materials, including asbestos-containing floor and wall materials, while maintaining safety protocols, such as utility terminations and ensuring access routes remain unobstructed. The plan also mandates monitoring air quality continuously and prepares for variances if necessary. Overall, the document illustrates the structured approach taken by the VA to address hazardous conditions in its facilities, prioritizing regulatory adherence and safety throughout the abatement process.
    The document outlines the Statement of Work for a federal project focused on asbestos abatement within "Building 16 Eng. / EMS Shop" located at the VA Hudson Valley Healthcare System, Castle Point Campus, New York. The primary objective is to safely remove asbestos-containing materials from an area of approximately 3000 square feet, adhering to specific design documents and safety regulations, including OSHA and NFPA standards. The contract stipulates a 90-day performance period from Notice to Proceed. Key provisions include the requirement for contractors and subcontractors to utilize the VISN 2 Autodesk Construction Cloud for project management and compliance with federal records management policies. The document also delineates security, training, and information management protocols, emphasizing the importance of safeguarding veteran data and ensuring contractor adherence to privacy laws. This project underscores the government's commitment to maintaining safe healthcare facilities through rigorous environmental safety practices, while also ensuring compliance with legal and regulatory frameworks governing contractor operations.
    The VAAR 852.219-75 outlines the limitations on subcontracting for services and construction contracts awarded under 38 U.S.C. 8127. It sets specific percentages for the maximum allowable payments to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). For service contracts, contractors cannot pay over 50% to non-certified firms, while for general construction, this limit is 85%, and for special trade construction, 75%. The document emphasizes the seriousness of the certification process, indicating that false certifications can result in severe penalties, including criminal prosecution. Contractors must provide documentation proving compliance with these limitations during performance and upon contract completion. Additionally, the offeror must complete a certification form as part of their proposal; offers lacking this certification will be deemed ineligible. This document reinforces the federal commitment to support veteran-owned enterprises while ensuring compliance to prevent misuse of funds.
    Mabbett & Associates, Inc. conducted a Regulated Building Materials Survey at the Old Dental Clinic of the Castle Point VA Medical Center to support asbestos abatement operations. The assessment was completed in accordance with federal and state regulations, focusing on identifying asbestos and lead-containing materials within specific areas of the building. The survey involved visual inspections and bulk sampling on two dates, identifying a total of 86 samples, with 15 confirming the presence of asbestos above the 1% threshold, and 2 lead-containing paint samples exceeding safe lead levels per HUD standards. Recommendations include proper abatement procedures for asbestos and management plans for lead materials during construction activities, emphasizing that unexpected materials should be treated as hazardous unless proven otherwise. The report also outlines limitations, stating that materials in inaccessible areas may not have been identified. This survey is pivotal in ensuring safe renovation and compliance with public health regulations.
    This document outlines wage determinations for construction projects governed by the Davis-Bacon Act in specified counties of New York, including Dutchess, Orange, Sullivan, and Ulster. It details minimum wage rates for various construction trades, set according to federal Executive Orders, specifically the relevant rates for contracts initiated or renewed after certain dates in 2022. The file provides comprehensive tables listing hourly wages and fringe benefits for roles such as electricians, laborers, and power equipment operators, alongside their specific classifications and duties, particularly in hazardous material handling such as asbestos abatement. Additionally, it discusses compliance requirements for contractors, including the submission of conformance requests when classifications needed for performance are not already listed. The document emphasizes the importance of adherence to wage standards and worker protection measures under federal guidelines, reflecting the government's commitment to ensuring fair labor practices in public construction projects. This summary serves as a critical resource for contractors bidding on federal and state RFPs and grants, guiding them on wage obligations and classifications.
    The "Buy American Certificate" provision outlines the requirements for Offerors submitting bids in federal procurement processes. It mandates that Offerors certify the domestic status of their end products, identifying which products qualify as domestic and listing any foreign products, along with their country of origin. Key terms such as "domestic end product," "foreign end product," and "critical component" are defined within the context of this provision. Offerors must disclose if foreign end products meet the domestic content threshold of 55%, unless they are categorized as commercially available off-the-shelf (COTS) items. The document emphasizes the government's evaluation of offers based on the Federal Acquisition Regulation’s guidelines. The structure includes sections for listing domestic end products containing critical components and foreign end products with specific details required for compliance. This certificate is essential for ensuring adherence to the Buy American Act, promoting the purchase of American-made goods in federal contracts.
    The Department of Veterans Affairs is initiating an Asbestos Resurvey Project at the Veterans Affairs Medical Center in Castle Point, New York, with the involvement of Castle Hill Associates, LLC. This project aims to reassess the existing asbestos materials on-site, particularly highlighting that all exterior concrete surfaces contain asbestos and detailing previous abatement activities, including the successful removal of asbestos roofing in 2015 and asbestos flooring on the first floor. Various facility rooms, offices, and corridors are identified in the report, emphasizing the importance of ongoing safety and compliance measures when dealing with hazardous materials. The project underscores the VA's commitment to ensuring a safe environment for veterans and staff by addressing health risks associated with asbestos.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y1DA--528A6-24-603 Replace CLC Doors
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the project titled "Replace CLC Doors" at the Bath VA Medical Center in New York. This project involves the removal and replacement of interior doors, primarily emergency egress doors, in Building 78 (CLC) and Building 76 (Medical Center). The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the NAICS code 236220 for Commercial and Institutional Building Construction, with an estimated cost range between $100,000 and $250,000. Interested bidders must submit a 20% bid bond, and performance and payment bonds will be required. The solicitation is expected to be posted around November 6, 2025, with a response deadline of December 11, 2025. For further inquiries, contact Contracting Officer Devan Bertch at Devan.Bertch@va.gov or call 716-698-6459.
    Y1DA--NRM-CONST 630A4-20-412 Repair Parking Lots and Roads SA
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified construction firms to undertake the repair of parking lots and roads at the St. Albans VA Medical Center located in Queens, New York. The project involves comprehensive work including asphalt removal and replacement, resurfacing, striping, grading, curb and gutter repair, drainage improvements, and site restoration, all adhering to VA and manufacturer specifications. This initiative is crucial for maintaining safe and accessible facilities for veterans and staff, with an estimated construction cost ranging from $5,000,000 to $10,000,000. Interested contractors must be Service-Disabled Veteran-Owned Small Business Certified (SDVOSBC), registered with SAM.gov, and comply with all relevant VA regulations and safety standards. A site visit is strongly encouraged, and the solicitation is anticipated to be issued around December 19, 2025. For further inquiries, contact Torell Camp at Torell.Camp@va.gov or call 718-584-9000.
    Z1DA--630A4-26-102 GI RENOVATION PHASE III
    Buyer not available
    The Department of Veterans Affairs is issuing a presolicitation notice for the GI Renovation Phase III project at the VA New York Harbor Healthcare System, Brooklyn Campus. This project, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), requires turnkey services for design and construction, including all labor, materials, tools, supervision, and equipment, with a performance period of 365 calendar days. The scope encompasses finalizing construction in Area B (4th Floor) with minor remaining work and extensive interior construction in Area A (4th Floor), which is currently in a rough-in condition, as well as replacing the AC-5 unit in the 5th-floor Mechanical Room and installing new high-pressure steam lines. Interested contractors must coordinate with Premier Engineering Group, Inc. for the Design-Build Package, adhere to strict safety regulations, and utilize the VISN 2 Autodesk Build Construction management platform for all project correspondence. For further inquiries, contact Contracting Officer Vladimir Stoyanov at Vladimir.Stoyanov@va.gov or by phone at 718-836-6600 ext 8889.
    Y1DA-- CT Scan AC Unit Replacement Brooklyn VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor for the CT Scan AC Unit Replacement project at the Veterans Affairs Medical Center located in Brooklyn, NY. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring eligible contractors to be registered and verified with the SBA under NAICS code 236220. The contractor will be responsible for furnishing all labor, materials, and equipment necessary to complete the project within 60 calendar days of receiving the Notice to Proceed, adhering to VA specifications. Interested parties should direct inquiries to Charlie Augustin at Charlie.Augustin@va.gov, with the solicitation anticipated to be issued around December 19, 2025.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the replacement of a relief valve at the Northport VA Medical Center in Northport, New York. This project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) that are registered and verified with the Small Business Administration (SBA), requiring contractors to perform a minimum of 15% of the construction work. The scope of work includes providing all necessary labor, materials, and equipment to replace floors in accordance with VA specifications, with a completion timeline of 30 calendar days following the Notice to Proceed. Interested contractors should direct any inquiries in writing to Charlie Augustin at Charlie.Augustin@va.gov, and the solicitation is anticipated to be issued around December 1st, 2025.
    C1DZ--NRM-AE 632-26-102 Repair Facade Building 13
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Architect-Engineering (A-E) firms to provide design and construction services for the Repair Façade Building 13 project at the Northport VA Medical Center in New York. The project aims to repair, restore, and enhance the building's exterior components while maintaining its operational laundry services, with a construction cost estimated between $1 million and $5 million. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications electronically by January 16, 2026, to the Contract Specialist, Torell Camp, at Torell.Camp@va.gov. The evaluation will consider professional qualifications, specialized experience, capacity, past performance, and commitment to utilizing small business subcontractors.
    Z1DA--632-17-107 RENOVATE DIALYSIS (VA-26-00002956)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the Dialysis Unit at the Northport VA Medical Center, identified as Project Number 632-17-107. This comprehensive project involves the renovation of approximately 5,330 square feet, including abatement, demolition, and extensive construction work across various disciplines such as electrical, mechanical, plumbing, and fire protection, with a completion timeline of 548 calendar days from the Notice to Proceed. The renovation is critical for modernizing healthcare facilities to ensure compliance with stringent safety and accessibility standards while maintaining uninterrupted hospital operations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids via email by January 14, 2026, at 10:00 AM EST, with a public bid opening scheduled for the same day at 11:00 AM EST. For further inquiries, contact Contract Specialist Lester S. Griffith at Lester.Griffith@va.gov.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking bids for the renovation of the pharmacy at the Louis A. Johnson Veterans Affairs Medical Center in Clarksburg, West Virginia, to ensure compliance with USP 800 standards. The project, designated as 540-18-102, requires the contractor to provide all necessary labor, materials, equipment, permits, transportation, and supervision for the construction services, with a performance period of 496 calendar days. This procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $2,000,000 and $5,000,000, and interested bidders must be registered in the SAM database and the SBA Small Business Search Database. The deadline for bid submissions is January 7, 2026, at 3 PM Eastern Time, and all inquiries should be directed to Contracting Officer Rebecca Besten at Rebecca.Besten@va.gov or by phone at 304-623-3461 ext 3895.
    Y1DA--528A6-25-614 Replace Sidewalks Station Wide
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Sidewalks Station Wide" project at the Bath VA Medical Center in Bath, NY, under Project Number 528A6-25-614. This procurement involves the demolition of existing sidewalks and the installation of approximately 22,000 square feet of new concrete sidewalks, including ADA-compliant tactile warning surfaces, along with the installation of new metal handrails and restoration of disturbed lawn areas. The project is critical for ensuring safe access for veterans and visitors, with a total estimated cost between $250,000 and $500,000, and a completion timeline not exceeding 120 days from the Notice to Proceed. Interested contractors must submit their bids by December 10, 2025, at 12:30 PM EST, and are encouraged to contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further inquiries.
    Y1LZ--Project 620-23-102 Repave Parking Lot G at the Montrose VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking bids for Project 620-23-102, which involves repaving Parking Lot G at the Montrose VA Medical Center in New York. This project is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, requiring contractors to provide all necessary materials, equipment, and personnel to complete the work, which includes general construction, demolition, grading, drainage, and the installation of pole-mounted lighting. The project has a construction magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days from the Notice to Proceed. Interested bidders must be registered in SAM.gov and verified as an SDVOSB, with the solicitation expected to be released around December 9, 2025. For further inquiries, contact Contracting Officer Daniel Barone at Daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.