F--VA CFM Environmental Support Services
ID: 140D0425R0014Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Environmental Consulting Services (541620)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Dec 18, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 18, 2024, 12:00 AM UTC
  3. 3
    Due Jan 14, 2025, 10:00 PM UTC
Description

The Department of Veterans Affairs (VA) is seeking a contractor to provide environmental and historic preservation services for a proposed Community Living Center on a 10-acre site near Atlanta, GA. The contractor will be responsible for conducting a range of assessments, including a Phase I Environmental Site Assessment, biological and cultural resource surveys, and a NEPA Environmental Assessment, all aimed at ensuring compliance with federal regulations such as the National Historic Preservation Act (NHPA). This initiative underscores the VA's commitment to environmentally responsible development and community engagement in healthcare infrastructure projects. Interested parties should contact Angelina Clements at angelina_clements@ibc.doi.gov or call 571-479-0325 for further details, with proposals due by March 14, 2025.

Point(s) of Contact
Files
Title
Posted
Feb 20, 2025, 9:06 PM UTC
This document outlines the labor categories and associated rates required for a project involving Facility Conditions Assessment. The primary focus is on various senior-level positions necessary for environmental and engineering evaluations, including roles such as Project Manager, NEPA Analyst/Planner, Environmental Professional, and multiple engineering specialties (civil, electrical, mechanical, structural, traffic, etc.). Additionally, it specifies subject matter experts in sustainability, climate resilience, and sustainable materials. The document mentions labor rates for the base year and several option periods, indicating a structured cost proposal approach for the assessment. The overall intent is to facilitate the project's preparation through accurate staffing and knowledge deployment in line with federal and state regulations. The structured presentation allows for easy reference to positions and expected labor rates, ensuring clarity in the project's financial and operational requirements.
Dec 18, 2024, 4:04 PM UTC
The document outlines various labor categories and their respective levels associated with a facility conditions assessment project. Key positions include senior project managers, engineers (civil, electrical, mechanical, structural, transportation, fire protection), and subject matter experts in sustainability and climate resilience. The document also highlights the labor rates for each category, specifying rates for the base year and multiple option periods. This structure indicates a comprehensive approach to hiring qualified professionals across disciplines essential for the successful execution of facility assessments. Emphasis on senior-level expertise suggests a focus on high-quality deliverables, while the inclusion of specialized roles underscores commitment to sustainability and environmental considerations. Overall, this document serves as a framework for soliciting proposals through government RFPs, with a clear intent to ensure thorough assessments by experienced professionals.
Dec 18, 2024, 4:04 PM UTC
Feb 20, 2025, 9:06 PM UTC
The document outlines the Price Schedule and estimated labor efforts for various environmental and cultural assessment tasks as part of a government Request for Proposals (RFP) sample project. It details subtasks including a Phase I Environmental Site Assessment, biological survey, cultural resources survey, Section 106 Agreement and consultation support, traffic and parking impact analysis, and a NEPA environmental assessment. Each subtask indicates a cost and required hours, which are all currently represented at $0.00, suggesting that the project may still be in a preliminary stage or awaiting further financial details. The document emphasizes the need for comprehensive evaluations across multiple disciplines, indicating a structured approach to environmental compliance and resource preservation. Overall, this file serves as a template for organizations involved in environmental services responding to government RFPs, ensuring that all potential assessments and their implications are properly accounted for before project initiation.
Feb 20, 2025, 9:06 PM UTC
Dec 18, 2024, 4:04 PM UTC
The "Attachment 3 Past Performance Questionnaire" serves as a critical form for offerors submitting proposals in response to federal government RFPs. This document requires bidders to provide detailed accounts of recent project experiences—specifically, up to five contracts completed within the last three years that align closely with the solicitation's scope. Each submission must include the offeror's name, project type, location, contract number, estimated annual value, performance period, and contact information for the client. The thorough collection of past performance data is essential, as failure to present the requested information or to supply valid references could lead to disqualification from consideration. This structured approach emphasizes the importance of proven experience in securing federal contracts and grants, ensuring that bidders can demonstrate competence and reliability based on previous successful projects.
The document outlines a Past Performance Questionnaire that must be completed by offerors in response to a federal Request for Proposals (RFP). It requires detailed information on up to five relevant projects or contracts completed within the last three years, emphasizing similar nature to the current solicitation. For each project, offerors must provide details such as project type, location, contract number, estimated annual value, period of performance, and contact information for clients. This questionnaire is vital for evaluating the past performance of potential contractors, as incompleteness or inability to contact references could lead to disqualification from consideration. The structured format ensures comprehensive and comparable data for decision-makers in the procurement process, aligning with standards for federal grants and state/local RFPs.
The Past Performance Questionnaire is a crucial component of federal and state RFP submissions, designed to assess the offeror's experience in similar projects. It requires the inclusion of up to five recent contracts from the last three years, detailing the project type, location, contract number, estimated annual value, performance period, and client contact information. The form emphasizes the necessity of providing accurate and complete information, as omissions or uncontactable references may lead to disqualification from consideration. Ultimately, this questionnaire seeks to ensure that potential contractors have relevant experience and a proven track record of performance, thereby facilitating informed decision-making in awarding grants and contracts. The structured format of the document allows for systematic collection of relevant past performance details, underscoring its importance in the overall procurement process.
The VA is seeking a contractor to conduct environmental and historic studies for a property approximately 10 acres in size near Atlanta, GA, intended for a new Community Living Center. The contractor will be responsible for performing due diligence tasks, including a Phase I Environmental Site Assessment (ESA), biological surveys, cultural resource surveys, traffic and parking analyses, and a NEPA Environmental Assessment. The project will commence with a kickoff meeting, followed by a structured schedule for deliverables including drafts and final reports. Key tasks involve assessing potential environmental contaminants, identifying protected species, documenting cultural resources, and evaluating traffic impacts. Each phase has clearly defined milestones, with specific completion dates outlined. The entire project is to be completed within 18 months, with emphasis on compliance with federal laws such as NHPA Section 106. The contractor must ensure all deliverables comply with VA requirements and facilitate public engagement during the NEPA process. This initiative underscores the VA’s commitment to environmental responsibility and community consultation in advancing their healthcare infrastructure.
The Veterans Affairs (VA) is seeking a contractor to perform environmental and historical resource assessments for a proposed community living center in St. Louis, MO. This includes conducting a Phase I Environmental Site Assessment (ESA), a biological survey for protected species, a cultural resource survey, and compliance with the National Historic Preservation Act's Section 106. The contractor must coordinate with the VA and follow prescribed deliverable formats, ensuring all documents are 508-compliant for public distribution. The contract spans 18 months and involves site access agreements. Key milestones include multiple assessments, reports, and stakeholder consultations, structured to provide comprehensive project oversight while adhering to environmental regulations. The process underscores the VA's commitment to environmental stewardship and adherence to legal standards in facility development projects.
The U.S. Department of Veterans Affairs (VA) is seeking a contractor to conduct essential environmental and historic resources studies for a proposed 10-acre property in the Portland, OR area, designated for development as a Community Living Center. The contractor will engage in various assessments, including Phase I Environmental Site Assessments, biological surveys, cultural resource surveys, and NEPA Environmental Assessments, all conducted to ensure compliance with federal regulations like the Endangered Species Act and National Historic Preservation Act. Key deliverables include detailed reports for each assessment phase with stringent deadlines for drafts and revisions, supported by systematic public consultation. The overall performance period is set for 18 months. This initiative reflects the VA's commitment to environmentally and historically responsible development, ensuring thorough evaluation of species, habitats, and cultural resources before construction activities commence.
Dec 18, 2024, 4:04 PM UTC
The Department of Veterans Affairs (VA) outlines an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide professional environmental, historical preservation, and sustainability services through its Office of Construction and Facilities Management. The objective is to assist in evaluating environmental impacts, managing hazardous materials, and ensuring compliance with regulations such as the National Environmental Policy Act (NEPA) and the National Historic Preservation Act (NHPA). The contract covers multiple locations across the United States and includes a base period of one year with four potential extensions. Key personnel qualifications are specified, emphasizing expertise in project management, NEPA analysis, and environmental assessments, among other fields. Services will involve environmental investigations, compliance studies, and technical reports, along with plans for sustainable practices and cultural resource management. Deliverables must be submitted in specific formats, adhering to quality assurance standards. This contract illustrates the VA's commitment to environmental stewardship, historical integrity, and sustainable development practices within its facilities. The document also includes clauses on contract terms, conditions, and ordering processes relevant to RFPs and government grants.
Feb 20, 2025, 9:06 PM UTC
This document is an amendment to a solicitation under RFP 140D0425R0014, issued by the Acquisition Services Directorate, Interior Business Center, which specifies the requirements for acknowledging receipt of the amendment in the submission process. Contractors must confirm receipt before the specified date and time to ensure their proposals are not rejected. The amendment indicates that changes to an already submitted offer can be made via letter or electronic communication, referencing the solicitation and amendment numbers. The document outlines the methods for acknowledgment, the contract modification details, and mentions that all terms remain unchanged unless specified otherwise in Item 14. This amendment is a standard procedure in government contracting and adheres to established regulations for formal communication and modifications in the proposal process.
Feb 20, 2025, 9:06 PM UTC
The document is an amendment to a government solicitation, specifically referenced as amendment number 140D0425R0014. Its primary purpose is to clarify that the solicitation, though initially marked as "Unrestricted," is actually set aside for Service Disabled Veteran Owned Small Business (SDVOSB) providers. This amendment states that offerors must acknowledge receipt of the amendment by the specified deadline to avoid rejection of their offers. Additionally, it details the procedural instructions to modify existing submissions or acknowledge the changes either through direct submission or electronic communication. The signature section indicates that this involves an update in administrative details of contracts/orders and emphasizes compliance with FAR regulations. The overall aim is to ensure clarity in the solicitation process while supporting designated business categories, thereby promoting equal opportunities for veteran-owned enterprises in government contracting.
Feb 20, 2025, 9:06 PM UTC
This document serves as an amendment to a government solicitation, specifically revising the proposal submission timeline. The primary purpose is to extend the due date for submitting proposals from February 28, 2025, to March 14, 2025. It outlines the necessary steps contractors must take to acknowledge receipt of this amendment, which includes returning copies or acknowledging in electronic communication. The document emphasizes the importance of timely acknowledgment to avoid the rejection of proposals. It is categorized as a contract modification, and additional administrative changes may reflect under specific sections. While the amendment alters the schedule, all other terms and conditions of the original solicitation remain unchanged, reinforcing the continuity of the contractual obligations. Overall, this amendment illustrates the procedural adjustments typical in federal contracting processes, ensuring that all prospective bidders have adequate time to prepare their submissions.
Feb 20, 2025, 9:06 PM UTC
The document outlines a Request for Proposal (RFP) by the U.S. Department of Veterans Affairs (VA) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide professional environmental, historic preservation, and sustainability services. The objective is to assist the VA in assessing and managing environmental impacts and compliance with regulations, particularly those related to the National Environmental Policy Act (NEPA) and the National Historic Preservation Act (NHPA). Key components include a variety of services such as environmental site assessments, regulatory compliance studies, and sustainability analyses. The contract stipulates a one-year base period with four one-year options, requiring highly qualified personnel across multiple disciplines, including engineering, environmental science, and architecture. The document details the expectations regarding the organization of work, key personnel qualifications, and the minimum guarantee for task orders. It emphasizes strict adherence to federal, state, and local regulations and includes clauses for quality assurance and invoicing. The procurement process will follow a competitive approach for task orders, allowing only IDIQ contract holders to respond. Overall, this RFP reflects the VA's commitment to ensuring environmentally sustainable practices and compliance in its operations, outlining both the broad scope of required services and the specific qualifications expected from contractors.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
Buyer not available
The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
Z2AA--Headstone Maintenance IDIQ Jefferson Barracks National Cemetery
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the Z2AA--Headstone Maintenance IDIQ at Jefferson Barracks National Cemetery. This solicitation, designated as 36C78625R0020, requires bidders to provide comprehensive management, manpower, and materials to maintain the integrity of veterans' headstones, including setting new and replacement headstones, cleaning, and grave repairs. The contract is significant in honoring the final resting places of veterans and ensuring compliance with Veterans Affairs policies and OSHA safety standards. Proposals are due by March 25, 2025, at 1:00 PM CST, with an estimated budget between $5 million and $10 million, and the contract period is set for one year with four optional extensions. Interested parties should contact Contracting Officer Shane Hilts at Shane.Hilts@va.gov for further details.
Y1JZ--FY-25 | PROJECT NO. 804CM3021 | Beverly NC Repairs and Improvements Construction Project (VA-25-00043490)
Buyer not available
The Department of Veterans Affairs is soliciting bids for the Beverly NC Repairs and Improvements Construction Project (Project No. 804CM3021) at the Beverly National Cemetery in New Jersey. The project entails comprehensive repairs and enhancements to the Administration Building and Rostrum, requiring contractors to provide all necessary labor, materials, and supervision while adhering to strict guidelines for historic preservation and safety. This initiative underscores the importance of maintaining the integrity of national cemeteries, ensuring they remain respectful and functional spaces for veterans and visitors. Interested contractors must submit their bids electronically by March 17, 2025, and are encouraged to contact Contracting Officer Sheryl Palacio-Davis at Sheryl.Palacio-Davis@va.gov for further details.
C213--Request for SF330s - VISN 2 Facility Condition Assessment
Buyer not available
The Department of Veterans Affairs is seeking qualifications from service-disabled veteran-owned small businesses (SDVOSBs) to conduct a Facility Condition Assessment (FCA) for Veterans Integrated Service Network 2 (VISN 2). This initiative involves a comprehensive evaluation of approximately 436 buildings, totaling around 13.3 million square feet, requiring a multi-disciplinary team to perform independent inspections and produce a detailed report outlining necessary corrective actions. The FCA is crucial for maintaining the infrastructure and ensuring the safety and quality of services provided to veterans, reflecting the VA's commitment to effective facility management. Proposals must be submitted electronically by March 20, 2025, and interested parties can contact Contract Specialist Andrea Greene at andrea.greene2@va.gov or 202-302-5607 for further information.
C1DA--528A8-23-811 AIR MONITOR RENOVATE FOR CT A221-A223
Buyer not available
The Department of Veterans Affairs is preparing to issue a presolicitation for an air monitor renovation project at the Stratton VA Medical Center in Albany, New York. This project aims to enhance patient care by replacing existing CT machines and renovating rooms A221-A223, necessitating the services of a Certified Industrial Hygienist (CIH) to oversee the abatement of hazardous materials, specifically asbestos and lead paint, during construction. The procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), with a NAICS code of 541620 and a project magnitude of less than $25,000. Interested parties can expect the solicitation to be posted around mid-May or June 1, 2025, and should direct inquiries to Terry Fraser at terry.fraser@va.gov or by phone at 518-626-5161.
Y1PZ--Copy of Georgia NC-FY25 Irrigation Repair Shrine Project
Buyer not available
The Department of Veterans Affairs, specifically the National Cemetery Administration, is seeking to procure significant repairs and upgrades to the Rainbird Automated Irrigation System at the Georgia National Cemetery through the Georgia NC-FY25 Irrigation Repair Shrine Project. The objective of this procurement is to restore the irrigation system to fully functional condition, ensuring the maintenance of the cemetery's grounds. This project is particularly important as it supports the upkeep of a national cemetery, reflecting the commitment to honoring veterans. The estimated contract value ranges from $500,000 to $1,000,000, with a projected award date around mid-March 2025 and a performance period of 365 days following the Notice to Proceed. Interested parties should direct inquiries to the Contracting Officer, Auvorie Benson, at auvorie.benson@va.gov or by phone at 703-630-9347.
Z1DA--NRM-CONST - 620A4-23-219 Old Dental Abatement
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the abatement of asbestos and lead-containing materials in the old dental space of Building 16 at the Hudson Valley VA Healthcare System, Castle Point Campus, NY. The project involves the removal of asbestos-containing materials from an area of approximately 3,000 square feet, with a completion timeline of 90 days following the Notice to Proceed (NTP), and adherence to strict safety and regulatory requirements. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 562910, emphasizing the government's commitment to supporting veteran-owned enterprises in environmental remediation efforts. Interested contractors must attend a mandatory site visit on March 3, 2025, and submit their proposals by March 12, 2025, with inquiries directed to Contracting Officer Daniel Barone at daniel.barone@va.gov.
509-25-105 - Asbestos Abatement
Buyer not available
The Department of Veterans Affairs is soliciting proposals for an asbestos abatement project at the VA Augusta Healthcare System in Georgia. The project involves the removal, clean-up, and disposal of approximately 1,400 square feet of asbestos-containing materials, with a contract value estimated between $25,000 and $100,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This initiative is critical for ensuring a safe healthcare environment by mitigating health risks associated with asbestos exposure, adhering to strict compliance with local, state, and federal regulations. Interested contractors must submit their quotes by March 10, 2025, and are encouraged to contact Jason Kinchen, the Contracting Officer, at jason.kinchen@va.gov or 762-383-9045 for further details.
Z1QA--863-MM2325-010, Historic Lodge FCA Deficiencies Repairs, Mound City National Cemetery
Buyer not available
The Department of Veterans Affairs is soliciting bids for the Historic Lodge FCA Deficiencies Repairs at Mound City National Cemetery, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The project encompasses essential repairs, including restroom renovations, window replacements, and roof rehabilitation, with a budget ranging from $100,000 to $250,000, while adhering to strict historical preservation standards due to the cemetery's designation on the National Register of Historic Places. A mandatory pre-bid site visit is required to ensure bidders understand the project's sensitive nature, and all inquiries must be directed to Contracting Officer Claude Humphrey at Claude.Humphrey@va.gov. The bid opening date remains unchanged, and contractors must comply with the updated requirements outlined in Amendment 0001.
C1DA--Correct MHEOCC Deficiencies Bldg 170 (VA-25-00019512)
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to address deficiencies in Mechanical, Heating, and Electrical systems at Building 170 of the Salem VA Medical Center. The project aims to enhance the infrastructure of mental health facilities, ensuring compliance with VA and federal standards through design, planning, and construction services. This initiative is critical for improving service delivery in veterans' healthcare facilities, reflecting the VA's commitment to quality care. Interested firms must submit their Standard Form 330 by March 4, 2025, at 10 AM Eastern Time, and can contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov or 757-251-4073 for further information.