F108--Mold Analysis, Abatement, & Remediation Bldg. 14 BROOKLYN VAMC
ID: 36C24225B0017Type: Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for mold analysis, abatement, and remediation services at Building 14 of the Brooklyn Veterans Affairs Medical Center. This federal contract, categorized under NAICS code 238210, aims to address environmental remediation needs, ensuring a safe and healthy environment for veterans and staff. The project underscores the importance of maintaining high safety and environmental standards in federal facilities, particularly in healthcare settings. Interested contractors, particularly Service Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by March 27, 2025, and can contact Contracting Officer Vladimir S. Stoyanov at vladimir.stoyanov@va.gov for further details.

    Point(s) of Contact
    Vladimir S StoyanovContracting Officer
    vladimir.stoyanov@va.gov
    Files
    Title
    Posted
    The document is a solicitation issued by the Department of Veterans Affairs for construction services, specifically related to a project valued between $100,000 and $250,000, reserved exclusively for Service Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation outlines essential details, including a 70-day performance period post-award, mandatory submission requirements, and site visit dates at St. Albans and Manhattan VA Medical Centers. The contractor must provide performance and payment bonds within 14 calendar days of the award, and all proposals must adhere to various compliance stipulations, including wage rates and affirmative action goals. Key submissions include historical compliance reports and confirmation of no arms control violations. Additionally, the document stresses the necessity for offerors to register and verify their SDVOSB status with designated government portals. The bid submission deadline is set for March 27, 2025, and no late submissions will be considered. This solicitation reflects the VA's commitment to ensuring equitable contracting opportunities while addressing vital construction needs within its facilities.
    The Presolicitation Notice outlines an upcoming solicitation for the NextGen Wi-Fi Upgrades at the Manhattan and St. Albans Veterans Affairs Medical Centers, specifically under solicitation number 36C24225B0017. This project aims to enhance the network infrastructure in compliance with various safety regulations and standards, particularly those applicable to healthcare facilities. The contract is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and will be initiated on or around February 19, 2025, with responses due by March 21, 2025. A total construction budget is estimated between $100,000 and $250,000, and completion is expected within 70 days post-award. Contractors are required to adhere to stringent safety guidelines, provide necessary training, and ensure minimal disruption in an operational healthcare environment. Key requirements include verified SDVOSB status, adherence to OSHA regulations, and proper management of construction activities. The contracting officer is Charlie Augustin, and further solicitation documents will be available on the SAM website. The emphasis on SDVOSB participation underscores the government's commitment to supporting veteran-owned businesses while addressing the modernization needs of its facilities.
    This document outlines the requirements for bidders and offerors regarding their safety and environmental records. All participants must provide certification of having no more than three serious OSHA violations or one willful or repeat violation in the past three years. Additionally, bidders must submit their Experience Modification Rate (EMR) certified by their insurance company, ensuring it is 1.0 or lower. Self-insured contractors must obtain an alternative rating from the National Council on Compensation Insurance or their local worker’s compensation insurance bureau, where applicable. Non-compliance with these requirements will result in a determination of “Non-Responsibility” and ineligibility for contract award. Moreover, the document also highlights the limitations on subcontracting and compliance monitoring under the VA Acquisition Regulation. Contractors must allow access to their offices and records for support contractors retained by the VA to verify compliance with subcontracting limits. These support contractors are bound by confidentiality agreements to safeguard proprietary information. The overall purpose of the document is to ensure contractors maintain high safety, environmental standards, and compliance with service-disabled veteran-owned small business regulations.
    The VA Notice of Limitations on Subcontracting outlines compliance requirements for contractors awarded contracts involving services and construction under 38 U.S.C. 8127. Contractors must certify that they will not subcontract excessive percentages of their contracts to non-VIP-listed Small Disabled Veteran-Owned Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). Specifically, limitations include a maximum of 50% for general services, 85% for general construction, and 75% for special trade contractors, excluding material costs. Violations can lead to criminal or civil penalties, including fines and debarment. Contractors are obliged to provide documented evidence of compliance during the contract's performance, and failure to cooperate may result in government sanctions. The certification must be included with bids to remain eligible for contract consideration, reinforcing the VA’s commitment to supporting veteran-owned enterprises while ensuring accountability throughout the procurement process.
    The "Buy American Certificate" provision outlines requirements for Offerors in federal procurement processes regarding the domestic status of products. The Offeror must certify that each end product is domestic, except for specified foreign products and must indicate which products have critical components. For foreign end products manufactured in the U.S., the Offeror must note if the domestic content exceeds 55% and specify whether they are commercially available off-the-shelf (COTS) items. Additionally, Offerors must list line item numbers of domestic products containing critical components. The government evaluates offers according to the Federal Acquisition Regulation's part 25. This provision emphasizes compliance with the Buy American Act to promote domestic manufacturing in federal contracts. It is designed to ensure transparency and accountability regarding the origins of products supplied to the government.
    The document outlines workers' rights and employer responsibilities under U.S. labor laws, particularly focusing on workplace safety and nondiscrimination. All workers are entitled to a safe work environment, the ability to raise safety concerns, request OSHA inspections, and access medical records. Employers must provide a non-hazardous workplace, comply with OSHA regulations, report serious accidents promptly, and offer appropriate training. It also emphasizes protections against retaliation for exercising these rights. Furthermore, it details protections against discrimination based on race, color, religion, sex, national origin, disability, age, and genetic information, as mandated by various federal laws including the Civil Rights Act and the Americans with Disabilities Act. Individuals suspecting discrimination are advised to contact the EEOC, and those working with federal contractors are further protected under executive orders concerning affirmative action and nondiscrimination. This document plays an essential role in government RFPs and grants, ensuring that funding and contracts align with federal regulations on fair labor practices and equal employment opportunities. It serves as an important resource for both employers and employees to understand their rights and responsibilities in the workplace.
    The Department of Veterans Affairs is soliciting proposals for the renovation of the D2 Swing Space at the New York Harbor Healthcare System, aiming to convert the second floor of Building 86 into a functional ward for approximately 20 beds. Key tasks include cosmetic upgrades in hallways, common areas, and various patient rooms. Contractors are expected to install new fixtures, lighting, and electrical systems, while also managing the demolition and removal of existing walls and the installation of new flooring. The project outlines specific responsibilities, including compliance with safety regulations, obtaining necessary permits, and coordinating work to avoid conflicts with other contractors. Renovations include installing automatic doors, air conditioning units, smart TVs, and updated restroom fixtures while ensuring quality materials are used. All work must comply with the guidelines of the VA and local regulations, including fire safety measures. The contractor will be responsible for maintaining cleanliness throughout the construction process and ensuring thorough inspections prior to final acceptance. This project reflects a commitment to enhancing the care environment for veterans with modern facilities that meet health standards and patient comfort.
    The document outlines the specifications for a renovation project at the Veterans Affairs Medical Center in St. Albans, focused on converting existing office spaces into patient wards to accommodate approximately 20 beds. The renovations include extensive work in various sections of the facility, addressing general construction requirements, and detailed installation of electrical, plumbing, and safety systems. Specific tasks include demolition of non-load bearing walls, installation of new fixtures, upgrading lighting systems, and ensuring compliance with safety and quality standards. The procedural details highlight the importance of subcontractor coordination, adherence to safety regulations, and the need for a comprehensive warranty management plan post-construction. Security measures throughout the project’s duration are emphasized, ensuring the protection of sensitive information and compliance with VA protocols. This initiative illustrates the VA's ongoing commitment to improving healthcare facilities by modernizing infrastructures while maintaining operational integrity and safety for both patients and staff.
    The document is a wage determination for construction projects in New York, issued under the Davis-Bacon Act. It outlines the prevailing wage rates and fringe benefits for various labor classifications involved in building, heavy, highway, and residential construction across Bronx, Kings, New York, Queens, and Richmond counties. Contractors are mandated to adhere to the minimum wage rates specified under Executive Orders 14026 and 13658, depending on the contract's award or renewal date. The determination lists specific job classifications, each associated with hourly wage rates and benefits, such as electricians, carpenters, and plumbers, alongside general guidelines regarding conformance requests and paid sick leave. Updates to wage rates and classifications will occur annually. The document serves to ensure fair compensation for construction workers engaged in federally funded projects, reflecting prevailing local wages and enhancing transparency in contractor obligations within government RFPs and grants. It provides critical information for compliance regarding labor standards in federally supported construction activities.
    Similar Opportunities
    F108--Brooklyn VAMC Bldg. 14 Mold Analysis, Abatement, & Remediation (VA-25-00051921)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for mold analysis, abatement, and remediation services at Building 14 of the Brooklyn Veterans Affairs Medical Center, under solicitation number 36C24225Q0399. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran-owned enterprises in federal contracting. The contractor will be responsible for ensuring safety during repairs, adhering to OSHA and VA standards, and managing the proper disposal of debris, with a projected construction cost ranging between $500,000 and $1 million. Interested bidders must be registered as SDVOSB in the System for Award Management (SAM) and are required to submit a bid bond of at least 20%. The solicitation is anticipated to be released around March 7, 2025, and inquiries can be directed to Charlie Augustin at Charlie.Auagustin@va.gov or by phone at 718-526-1000 X2298.
    F108--Special Remediation Building 25 - CI
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 23, is soliciting proposals for mold remediation services at Building 25 of the Central Iowa VA Healthcare System in Des Moines, IA. The primary objective of this procurement is to restore the building's air quality by removing mold-contaminated materials and ensuring compliance with all relevant regulations. This project is particularly significant as it underscores the VA's commitment to maintaining health and safety standards in its facilities while providing opportunities for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their proposals by March 6, 2025, at 4:00 PM Central Time, and any inquiries should be directed to Contracting Specialist Jennifer Watkins-Schoenig at Jennifer.watkins-schoenig@va.gov or by phone at 319-688-3631.
    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 Clinic at the Hudson Valley VA Healthcare System's Castle Point Campus in New York. The project, designated as 620A4-23-219, requires the removal of hazardous materials from approximately 3,000 square feet, adhering to strict safety and compliance regulations, including OSHA standards, within a 90-day performance period following the Notice to Proceed. This initiative underscores the VA's commitment to maintaining a safe healthcare environment while ensuring that the work is performed by qualified contractors, specifically Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their proposals by March 12, 2025, and are encouraged to attend a mandatory site visit on March 3, 2025, for further clarification on project requirements. For inquiries, contact Daniel Barone at daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.
    F999--NRM - CONST 528-811 | AIR MONITOR FOR CONSOLIDATE PRIMARY CARE PHASE 1
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for air monitoring services related to asbestos abatement at the Stratton VA Medical Center in Albany, NY, as part of the Consolidate Primary Care Phase 1 project. The selected contractor will be responsible for developing air monitoring plans, conducting daily air sampling, and ensuring compliance with federal regulations during the renovation activities, which include the construction of new patient care facilities. This procurement is particularly significant as it addresses health risks associated with asbestos exposure, emphasizing the importance of safety and regulatory adherence in construction projects. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by March 6, 2025, with the contract expected to span from April 2025 through February 2026. For further inquiries, Tony Clemente, the Contracting Officer, can be reached at Tony.Clemente@va.gov or by phone at 518-258-5483.
    J045--788-MM25-0002-Mold Testing, Air Quality Testing, Remediation and Cleaning of Air systems. Remediation/Abatement of all affected water/moisture induced areas.
    Buyer not available
    The Department of Veterans Affairs is seeking to procure HVAC repair services, specifically focusing on mold testing, air quality testing, and remediation at the Georgia and Tallahassee National Cemeteries. The contract will be awarded to Venergy Group, LLC, a verified Service-Disabled Veteran-Owned Small Business, to ensure timely execution and minimize disruption to government operations. This procurement is critical for maintaining the health and safety standards of the National Shrine, with a performance period estimated to last 141 days following notification. Interested parties may submit capability statements via email by March 7, 2025, although this notice does not invite competitive bids, and the government will not reimburse any associated costs.
    F108--A/E: Conduct Hazardous Material Abatement, STL-JB&JC (657-25-105)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to conduct hazardous material abatement at the John Cochran and Jefferson Barracks VA Medical Centers in Missouri. The project involves environmental remediation focused on asbestos and lead, with an estimated cost range between $100,000 and $250,000 and a performance period of 60 days. This initiative is crucial for ensuring the safety and health of the facilities, highlighting the importance of engaging SDVOSBs in government contracting opportunities. Interested firms must submit their capability statements by March 7, 2025, to Contract Specialist Abby Monroe at Abby.monroe2@va.gov or by phone at (913) 758-9916, and must be registered with the System for Award Management (SAM) and the Small Business Administration (SBA).
    R428--INDUSTRIAL HYGIENE SERVICES INTENT TO SET ASIDE
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, is seeking proposals for Industrial Hygiene Services, with a focus on a set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract will cover a range of services including analytical and technical consulting on indoor air quality, asbestos, lead, and mold assessments, with an initial term of one year starting March 1, 2025, and four additional one-year options. This procurement is crucial for maintaining safe working environments within VA facilities and ensuring compliance with health regulations. Interested contractors should note that the deadline for quote submissions has been extended to March 14, 2025, at 12:00 PM EDT, and must acknowledge receipt of the amendments to the solicitation. The total expected award amount for this contract is approximately $19 million, and inquiries can be directed to Contract Specialist Warren A Pennil at warren.pennil@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.
    Z1DA--REPAIR SEWER PIPING BLDG 4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the repair of a collapsed sewer line at the Salem VA Medical Center, with the project valued under $25,000 and set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope of work includes diagnosing the sewer issue, excavating, replacing the damaged piping, and restoring the affected areas, with a requirement that SDVOSBs perform at least 15% of the work using their own workforce. This initiative not only addresses critical infrastructure needs at the medical center but also supports veteran-owned businesses in the contracting process. Interested bidders must register in the System for Award Management (SAM) and submit their proposals electronically by March 25, 2025, with a public bid opening scheduled for March 26, 2025; a pre-bid conference will be held on February 26, 2025, for site inspection. For further inquiries, bidders can contact Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    F108--Asbestos Abatement (Tile Flooring & Mastic) Des Moines, Iowa VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for an asbestos abatement project at the Des Moines VA Medical Center in Iowa, specifically targeting the removal of approximately 9,000 square feet of asbestos-containing vinyl flooring and mastic. The project aims to ensure a safe environment for veterans and staff by adhering to strict safety and compliance standards throughout the abatement process, which includes pre-abatement activities, actual removal, and post-abatement cleaning. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a performance period scheduled from March 14, 2025, to July 14, 2025, and quotes due by March 10, 2025, at 3:00 PM Central Time. Interested contractors should contact Contract Specialist John Breyer at john.breyer@va.gov or by phone at 605-336-3230 x7847 for further details.