Asbestos, Mold, and Lead Abatement Services at the Greater Los Angeles VA Healthcare System
ID: 36C26225Q1000Type: Combined Synopsis/Solicitation
AwardedJul 24, 2025
$142.1K$142,080
AwardeeWALTER THOMAS & ASSOCIATES, INCORPORATED LONG BEACH 90810
Award #:36C26225P1703
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide Asbestos, Mold, and Lead Abatement Services at the Greater Los Angeles VA Healthcare System, specifically in buildings 114, 115, and 213. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes a firm-fixed price for the removal and disposal of hazardous materials, with performance expected between July 21, 2025, and January 30, 2026. This procurement is critical for ensuring the health and safety of patients and staff in VA facilities, adhering to stringent environmental standards. Interested parties must submit their proposals electronically by July 2, 2025, and direct any inquiries to Jennell Christofaro at jennell.christofaro@va.gov.

    Point(s) of Contact
    Jennell Christofaro
    jennell.christofaro@va.gov
    Files
    Title
    Posted
    This document pertains to an amendment for solicitation 36C26225Q1000, issued by the Department of Veterans Affairs, specifically the Network Contracting Office 22. The amendment addresses vendor inquiries regarding the provision of asbestos, mold, and lead abatement services. There is no scheduled site visit for the project at the Veterans Affairs Greater Los Angeles (VAGLA) location. The amendment serves to extend the deadline for submitting offers and provides clarification on the solicitation process. Vendors are instructed to acknowledge receipt of the amendment to ensure their proposals remain valid. The amendment details maintain all original contractual terms while updating specific procedural aspects as mandated. This reflects the ongoing government effort to ensure clarity and compliance in the procurement of essential environmental safety services in healthcare settings.
    This document is an amendment to the solicitation for a contract with the Department of Veterans Affairs, specifically for the Network Contracting Office (NCO) 22. The amendment extends the deadline for submissions of offers to July 2, 2025, at 14:00 PST, and announces a scheduled site visit for interested offerors on June 26, 2025, at 10:00 AM PST. Prospective participants must email to reserve attendance by June 25, 2025, and submit any inquiries by June 27, 2025, at 10:00 AM PST via a specified email address. The amendment underlines the importance of timely communication and adherence to submission deadlines, noting that failure to comply may result in offer rejection. The document emphasizes that all terms and conditions remain in effect unless specified otherwise. It reflects the structured process of government RFPs, ensuring clarity and fairness in the bidding procedure, encouraging participation, and maintaining regulatory standards.
    The document outlines the instructions for offerors participating in a Request for Quote (RFQ) issued by the Veterans Integrated Service Network (VISN) 22 for Asbestos/Mold/Lead Abatement Services. It emphasizes adherence to the Federal Acquisition Regulation (FAR) 52.212-1 guidelines, with an addendum tailored for simplified procedures. Key details include the submission requirements for quotes, which must include the unique entity identifier (UEI), company information, compliance with technical specifications, pricing, and necessary certifications. The acquisition is set aside solely for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requiring verification through SAM.gov. Offerors must submit their proposals electronically by June 26, 2025, and may seek clarification through inquiries. The document stresses the importance of follow-through on contract specifications to fulfill governmental requirements effectively and efficiently, demonstrating a commitment to transparency and structured processes in federal procurement. Overall, the instructions guide potential bidders in navigating the complexities of government contracts while ensuring compliance with relevant regulations.
    The document outlines the evaluation criteria for quotations submitted in response to a government solicitation for commercial products and services, specifically adhering to federal procurement regulations. The government will award a purchase order based on the quotation that offers the best value, incorporating price and various evaluation factors. Key evaluation elements include technical experience, past performance as assessed through customer feedback and performance records, and qualifications of the quoter. The government's evaluation process involves a comparative analysis of submitted quotations with an emphasis on maximum benefits. The total evaluated price will consider the base requirement alongside all options, including a potential six-month extension of services, though bidders are instructed not to submit prices for this extension. The document emphasizes that while options will be evaluated, there is no obligation for the government to exercise them. This comprehensive approach is intended to ensure that the awarded contract aligns with the government’s needs and performance standards, representing a significant aspect of the procurement process.
    The document outlines the guidelines for contracting with certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) within the Department of Veterans Affairs (VA). It defines an SDVOSB, requiring at least 51% ownership by service-disabled veterans, effective management by these individuals, and compliance with federal standards. To qualify for SDVOSB set-asides or sole source contracts, businesses must be certified and listed in the Small Business Administration’s (SBA) certification database. The document emphasizes that only certified SDVOSBs are eligible to receive awards, and any misrepresentation of SDVOSB status can lead to debarment. It also specifies limitations on subcontracting, stating that SDVOSB prime contractors cannot subcontract more than specified percentages to non-certified firms throughout the contract duration. Joint ventures may qualify as SDVOSBs if they adhere to specific regulations. Overall, this guidance ensures fair contracting practices by prioritizing certified SDVOSBs in government procurement processes while aiming to support veteran entrepreneurship.
    The document outlines the VA Notice of Limitations on Subcontracting—Certificate of Compliance relevant to contracts for services and construction, particularly focused on compliance for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Key stipulations are that contractors cannot pay more than 50% (services), 85% (general construction), or 75% (special trade construction) of the government contract amount to non-certified SDVOSBs or VOSBs. Additionally, the document emphasizes the consequences for noncompliance, which could include criminal and civil penalties, and mandates that contractors may be required to provide documentation to demonstrate compliance. The certification must be signed and returned with bids to be considered for award, reinforcing accountability and adherence to federal regulations. These provisions are designed to ensure that veteran-owned businesses engage in significant contract performance while minimizing reliance on non-certified entities.
    The Asbestos Management Program, established by the Veterans Administration of Greater Los Angeles (GLA), aims to safeguard the health and safety of employees, patients, and visitors in facilities containing asbestos. This program aligns with OSHA and EPA standards, ensuring systematic management of Asbestos-Containing Materials (ACM). Key components include facility surveys to identify asbestos presence, an Asbestos Management Plan detailing required controls, development of safe maintenance procedures, and abatement project contracts in line with VA specifications. Responsibilities are delegated across various roles, including the Director, Service Supervisors, Engineering, and Occupational Safety, each tasked with oversight, compliance, and reporting related to asbestos hazards. Critical measures involve employee training, identification of ACM locations, air quality monitoring, and immediate reporting of any disturbances to ACM. The document emphasizes a proactive approach to asbestos management, focusing on reducing exposure risks through extensive training, established procedures, and regular assessments, thus fostering a safe environment in all GLA facilities. Annual reviews and the necessity of notifications before abatement activities underscore the program's commitment to compliance and employee safety.
    The document pertains to federal government Requests for Proposals (RFPs), grants, and state and local RFPs. It emphasizes the structured process by which government agencies solicit proposals from contractors to fulfill specific needs or projects. Key ideas include the criteria for eligibility, evaluation processes, and the importance of compliance with established regulations and policies. The RFPs serve as formal invitations purposed to foster competitive bidding, ensuring that public funds are utilized effectively and transparently. Notably, federal grants are outlined as essential funding sources aimed at supporting various programs and initiatives at state and local levels. The document underscores the necessity for potential applicants to thoroughly understand submission guidelines, project specifications, and deadlines, promoting clarity and accountability in the funding process. This framework ultimately aims to enhance service delivery while facilitating collaboration among government, private sector, and non-profit organizations.
    The Combined Synopsis/Solicitation Notice seeks contractors to provide Asbestos, Mold, and Lead Abatement Services at the Greater Los Angeles VA Healthcare System, specifically in buildings 114, 115, and 213. Set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), the contract emphasizes a firm-fixed price and requires removal and disposal of hazardous materials due to environmental damage. The scope outlines detailed tasks, including coordinating with the Safety office, complying with industry standards, and obtaining necessary certifications for workers. Performance is expected between July 21, 2025, and January 30, 2026, under close monitoring by the Program Point of Contact (PPOC). Contractor qualifications include past performance in similar healthcare settings and the provision of certifications for asbestos, mold, and lead abatement. Invoices must be submitted electronically, and extensive safety measures are mandated. Responses to the request for quotes are due by June 26, 2025, with inquiries due by June 17. This notice outlines a critical government contract focused on protecting health and safety in VA facilities while ensuring compliance with federal regulations.
    Similar Opportunities
    Medical Waste Disposal Services (ELP)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking proposals for Medical Waste Disposal Services for the El Paso VA Health Care System and its associated Community-Based Outpatient Clinics (CBOCs). This procurement aims to secure a firm-fixed price contract for the collection and disposal of regulated medical and pharmaceutical waste, including chemotherapy waste, while ensuring compliance with federal, state, and local regulations. The contract will span a base year with four option years, running from March 2026 to February 2031, highlighting the critical need for safe and compliant waste management services in healthcare settings. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by January 9, 2026, with questions directed to Marcellus Jackson at marcellus.jackson@va.gov by December 23, 2025.
    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.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    R499--Sterile Compounding Compliance QA Program
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 17, is seeking proposals for a Sterile Compounding Compliance Quality Assurance Program, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This program encompasses a range of services, including monthly garbing competency assessments, media fill tests, hazardous drug manipulation competency evaluations, and cleaning and disinfection competency checks, with a contract period extending from January 1, 2026, to December 31, 2030. The importance of this procurement lies in ensuring compliance and safety in sterile compounding practices, which are critical for patient care in healthcare settings. Interested parties must submit their proposals by December 5, 2025, at 12 PM CST, and can direct inquiries to Contracting Specialist Matt Lee at matthew.lee5@va.gov or by phone at 210-393-9281.
    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 repair of water and mold damage at the Bonham Veterans Affairs Medical Center (VAMC), specifically targeting Building 1's 5th floor and Building 29. The contractor will be responsible for providing all necessary labor, equipment, materials, and supervision to remediate damage caused by a water line break, following the guidelines set forth in the Statement of Work and adhering to the Veterans Health Administration's Moisture and Mold Management Program. This project is critical for maintaining a safe environment for patients and staff, emphasizing the importance of compliance with health and safety standards during the remediation process. Interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or call 915-282-1732 for further details, with the solicitation set to close on the specified deadline.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    S222--Hazardous Waste Treatment & Disposal - Detroit
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for Hazardous Waste Treatment and Disposal services at the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement involves comprehensive waste management, including the characterization, packaging, transportation, and disposal of various hazardous and non-hazardous waste streams, adhering to federal and state regulations. This contract is crucial for maintaining compliance with environmental standards and ensuring the safe disposal of waste generated by the medical facility. Interested parties must submit their proposals by December 18, 2025, at 12:00 PM NOON, with a guaranteed minimum contract value of $40,000 and a maximum total value of $400,000, including options. For further inquiries, contact Morgan Stein at Morgan.Stein@va.gov.
    S222--Medical Waste Solicitation at the SLVHCS POP: January 1st 2026 through December 31st 2026 Plus 4 Option Years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to provide comprehensive medical waste disposal services at the Southeast Louisiana Veterans Healthcare System (SLVHCS) in New Orleans, Louisiana. The procurement includes services for regulated medical waste, chemotherapy waste, pharmaceutical waste, and general hazardous waste, with a contract period from January 1, 2026, to December 31, 2030, encompassing one base year and four option years. This opportunity is particularly significant as it is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), emphasizing the VA's commitment to supporting veteran entrepreneurs. Interested contractors must submit their electronic quotes by December 19, 2025, and are encouraged to attend a mandatory site visit on December 12, 2025, for which prior RSVP is required. For further inquiries, contact Christopher Rossi at christopher.rossi2@va.gov.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.