F108--Brooklyn VAMC Bldg. 14 Mold Analysis, Abatement, & Remediation (VA-25-00051921)
ID: 36C24225Q0399Type: 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)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for mold analysis, abatement, and remediation services at the Brooklyn Veterans Affairs Medical Center (VAMC) under solicitation number 36C24225Q0399. The project aims to ensure a safe and healthy environment by addressing mold issues in accordance with VHA directives, with specific requirements outlined in the formal Scope of Work. This procurement reflects the VA's commitment to engaging service-disabled veteran-owned small businesses while adhering to federal regulations, including compliance with the Service Contract Act for wage standards. Quotes are due by April 3, 2025, with a mandatory site visit scheduled for March 20, 2025; interested parties can contact Contract Specialist Jean M Paul at Jean.Paul@va.gov for further information.

    Point(s) of Contact
    Jean M PaulContract Specialist
    Jean.Paul@va.gov
    Files
    Title
    Posted
    The document outlines the solicitation and contract details for the Department of Veterans Affairs (VA) regarding Mold Analysis, Abatement, and Remediation services. The solicitation number is 36C24225Q0399, with quotes due by April 3, 2025. The contract is set aside for service-disabled veteran-owned small businesses. Key timelines include an RFI deadline on March 27, 2025, and a mandatory site visit on March 20, 2025. The solicitation includes provisions for federal, state, and local taxes and emphasizes the requirement for compliance with the Service Contract Act, ensuring prevailing wages for employees involved in the contract. The contract allows for a potential six-month extension and mandates compliance with specific clauses regarding limitations on subcontracting and the continuity of services. Detailed requirements regarding insurance and safety measures are also specified. Subcontracting is limited to certified small businesses per VA specifications, ensuring that no more than 50% of the contract's value is paid to non-VIP-listed firms. The inclusion of various federal acquisition regulations ensures adherence to government standards. This solicitation reflects the VA's commitment to engaging veteran-owned businesses for essential services while maintaining compliance with federal guidelines.
    The presolicitation notice pertains to the upcoming solicitation for mold analysis, abatement, and remediation at Building 14 of the Brooklyn Veterans Affairs Medical Center, identified by the solicitation number 36C24225Q0399. This project is set aside exclusively for Service-Disabled Veteran Owned Small Businesses (SDVOSB) as mandated by U.S. law. The contractor will be responsible for ensuring safety during repairs, compliance with OSHA and VA standards, and the proper disposal of debris. The projected construction cost ranges between $500,000 and $1 million. Prospective bidders must be registered as SDVOSB and in the System for Award Management (SAM). Additionally, a bid bond of at least 20% is required. The solicitation is expected to be released around March 7, 2025. Relevant documentation can be accessed on the SAM website. Charlie Augustin is the primary point of contact for further inquiries regarding this project. This notice serves as a preliminary announcement, not a solicitation, indicating the U.S. government's commitment to prioritizing veteran-owned businesses in federal contracting opportunities.
    The document outlines an amendment to a Request for Proposal (RFP) for mold analysis, abatement, and remediation services at the Brooklyn Veterans Affairs Medical Center (VAMC). The amendment primarily addresses queries submitted by potential contractors regarding the project. It specifies that a formal Scope of Work (SOW) is available, mandates that no mold testing is required when visible mold is present per VHA directives, and confirms that there is dedicated outdoor space for disposal containers needed for the remediation processes. The due date for quotes remains unchanged despite the issuance of this amendment. The document serves as part of the federal procurement process for contracting services aimed at maintaining safety and health standards in VA facilities. It illustrates the government’s effort to engage qualified contractors for essential environmental assessments and interventions in line with federal regulations and procedures.
    The document serves as a Wage Determination under the Service Contract Act by the U.S. Department of Labor, specifying minimum wage rates for federal contracts. It provides guidelines that govern contractor obligations based on awarded contracts’ dates and applies Executive Orders 14026 and 13658 for pay rates. Contracts from January 30, 2022, require a minimum wage of $17.75, while contracts awarded between January 1, 2015, and January 29, 2022, mandate at least $13.30 per hour. The determination includes wages for various occupations in New York, detailing minimum hourly rates across diverse job categories like administrative support, healthcare, and maintenance. Fringe benefits such as health and welfare compensation, paid sick leave, vacation, and paid holidays are outlined. Contractors must meet specific compliance steps for additional classifications through a conformance process if job titles are not listed. The document emphasizes federal standards for safeguarding worker rights and ensuring fair compensation for services provided under government contracts, reflective of the government's commitment to upholding labor standards.
    Similar Opportunities
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    Y1DA--528A6-26-611 Abate Asbestos Pipe Insulation - B76
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the abatement of asbestos pipe insulation in Building 76 at the Bath VA Medical Center in New York. The project involves the removal and disposal of approximately 200 linear feet of asbestos-containing material (ACM) pipe insulation, adhering to all local, state, and federal regulations, with a completion timeframe of 30 days from the Notice to Proceed. This work is critical for maintaining a safe environment in a fully operational medical facility, ensuring compliance with health and safety standards. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by December 17, 2025, with a pre-bid site visit scheduled for December 3, 2025. For further inquiries, contact Devan Bertch at Devan.Bertch@va.gov.
    Z1DA-- 630A4-26-500 Replace ER AHU Brooklyn Campus
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the replacement of the Emergency Room Air Handling Unit (AHU) at the Brooklyn Campus, under Project No. 630A4-26-500. This federal contract requires contractors to provide all necessary labor, materials, and supervision to replace and refurbish HVAC equipment, including the packaged AHU, exhaust fans, reheat system, heat exchanger, pumps, and constant volume boxes, while ensuring minimal disruption to the medical center's operations. The project is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and has a performance period of 240 calendar days from the Notice to Proceed. Interested bidders must register in SAM, verify their SDVOSB status, and submit bids by January 19, 2026, with a mandatory pre-bid site visit scheduled for December 20, 2025. For further inquiries, contact Gail E. Hill at gail.hill@va.gov.
    Mold and Asbestos Remediation Vance AFB F713-112
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project, identified as FP1023093, involves the abatement of hazardous materials in Room 112 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety protocols. This remediation is crucial for maintaining a safe environment and compliance with health regulations. Proposals must be submitted electronically to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil by January 5, 2026, at 10:00 AM, with quotes valid for 60 days. Interested vendors must also ensure their registration with the System of Award Management (SAM) is current and complete necessary vendor paperwork prior to award.
    Mold and Asbestos Remediation at Vance AFB F713-111
    Dept Of Defense
    The Department of Defense, through ASRC Federal Field Service, LLC, is seeking proposals for mold and asbestos remediation services at Vance Air Force Base in Enid, Oklahoma. The project involves the abatement of hazardous materials in Room 111 of Facility 713, requiring contractors to provide supervision, labor, equipment, and materials while adhering to strict safety and environmental regulations. The total performance period for the project is 75 calendar days, including a 30-day work completion timeframe, and proposals must be submitted electronically by January 5, 2026, at 10:00 AM to the primary contact, Betty S. Kliewer, at betty.kliewer.ctr@us.af.mil. Interested vendors must ensure their registration with the System of Award Management (SAM) is current and complete the necessary vendor paperwork prior to award.
    Y1DA--NRM-CONST 630A4-22-413 Upgrade Station Chilled Water for P&ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade Station Chilled Water for P&ID" project at the Brooklyn Veterans Affairs Medical Center. The project involves the installation of a new dedicated air-cooled chiller system to support the oncology pharmacy and IV prep room, including necessary structural reinforcements, electrical upgrades, and plumbing work. This procurement is significant as it aims to enhance the facility's HVAC capabilities while ensuring compliance with strict safety and infection control measures. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 365 calendar days from the Notice to Proceed. Interested parties must contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov for further details and are encouraged to register in SAM.gov and SBA’s Small Business Search, as this is a 100% Service-Disabled Veteran Owned Small Business Set-Aside opportunity.
    Z1DA--630A4-26-102 GI RENOVATION PHASE III
    Veterans Affairs, Department Of
    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.
    Y1BG--Brooklyn EHRM Infrastructure Upgrades Construction VA Medical Center Brooklyn, NY 630A4-22-700
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking bids for a firm-fixed-price contract for the EHRM Infrastructure Upgrades construction project at the Brooklyn VA Medical Center in New York. The project entails comprehensive site preparation, including demolition and removal of existing structures, and the provision of labor and materials for various infrastructure upgrades, such as electrical systems, HVAC, communication infrastructure, and physical security enhancements. This initiative is critical for modernizing the facility's capabilities and ensuring efficient operations within the healthcare system. The solicitation, set to be issued in January 2026, is designated as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $20 million and $50 million. Interested parties should direct inquiries in writing to Kara Evert at kara.evert@va.gov, as phone calls will not be accepted.
    Y1DA-- CT Scan AC Unit Replacement Brooklyn VAMC
    Veterans Affairs, Department Of
    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.
    Z1DA--NRM-AE 630A4-26-101 Renovate & Replace Animal Lab AC -3
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Architect-Engineering (AE) firms to provide comprehensive services for the renovation and replacement of the Animal Lab AC-3 at the Brooklyn Veterans Affairs Medical Center. The project, designated as Project No. 630A4-26-101, involves a gut renovation of approximately 6,500 square feet, HVAC system replacement, and the identification of swing space, all while adhering to VA and industry standards. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction cost ranging from $5 million to $10 million. Interested firms must be VA-verified SDVOSBs, registered in SAM, and located within a 300-mile radius of Brooklyn, NY, with submissions due by January 12, 2026. For further inquiries, contact Samantha Chavanga at Samantha.Chavanga@va.gov or call 934-221-8574.