F108--(Service) Asbestos Abatement (Flooring) Fort Meade, SD VAMC
ID: 36C26324Q0982Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, 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 (VA) seeks quotes from certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for asbestos abatement services at the Fort Meade SD VA Medical Center. The SDVOSB will remove asbestos from approximately 3600 sq. ft. of flooring, including vinyl tiles, carpeting, and mastics, adhering to strict safety and quality standards. The VA prioritizes contractors' ability to meet specified requirements and their past performance in handling such projects.

    This procurement reflects the VA's commitment to creating a safe environment by addressing asbestos contamination. The work, expected to commence on August 26, 2024, and be completed within 30 days, involves meticulous removal, containment, and disposal of asbestos-containing materials, ensuring compliance with regulatory standards.

    Interested SDVOSBs must submit their quotes by August 15, 2024, at 10:00 AM Central Time, email them to john.breyer@va.gov, and acknowledge the amendment's receipt.

    Point(s) of Contact
    Contract SpecialistJohn Breyer
    john.breyer@va.gov
    john.breyer@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs seeks quotes for a firm-fixed-price contract to perform asbestos abatement at the Fort Meade Veterans Affairs Medical Center. The primary objective is to remove and dispose of asbestos-containing materials, including vinyl tile flooring, carpeting, and mastic, spanning approximately 3600 square feet. The scope of work involves careful removal and containment of the asbestos, with a 30-day project timeline. Offerors should have an active System for Award Management (SAM) registration and be Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The NAICS code is 562910, and the size standard is set at $25.0 million. Critical dates include the response deadline of August 15, 2024, at 10:00 AM Central Time. Evaluations will consider factors such as price, compliance with requirements, and past performance. Prospective contractors should email their quotes to the provided address, ensuring timely submission.
    The government agency has issued an amendment to a solicitation for asbestos abatement services at the Fort Meade VA Medical Center. This amendment clarifies aspects of the project's scope and work hours. Notably, it removes the requirement for constructing temporary barrier walls, and contractors should adjust their quotes accordingly. The amendment also confirms the original closing date and time for submissions. Offerors are required to acknowledge the amendment's receipt and include this acknowledgment with their quotes. The changes aim to provide clarity and ensure that contractors can submit informed quotes, while the submission deadline remains unchanged.
    The Department of Veterans Affairs is issuing an amendment to a previous combined solicitation for asbestos abatement services related to flooring at the Fort Meade SD VAMC facility. The work is being procured as a SDVOSBC set-aside with a response date of August 15, 2024, at 10:00 AM Central Time. The contracting office is located in Sioux Falls, SD, with the place of performance being Fort Meade, SD. Interested parties should contact John Breyer, the contract specialist, for further information. The solicitation number is 36C26324Q0982, and the NAICS code is 562910.
    The Department of Veterans Affairs seeks a certified Service-Disabled Veteran-Owned Small Business (SDVOSB) to perform asbestos abatement in approximately 3600 sq ft of flooring at the Fort Meade VA Medical Center. The SDVOSB must remove vinyl tiles and carpeting, as well as associated mastics, containing asbestos. The period of performance is 30 days, with work to commence on August 26, 2024. Offerors must provide a fixed rate for the services, including all materials, labor, and expertise required for successful completion. Asbestos abatement work must adhere to strict safety and quality standards. The VA will evaluate offers based on the effectiveness of the proposed abatement approach and the qualifications of the SDVOSB. Critical dates include the offer due date of August 15, 2024, at 10:00 CDT, and the anticipated period of performance from August 26, 2024, to September 25, 2024. Payment will be made in arrears via electronic funds transfer upon successful completion and acceptance of the services.
    The government agency seeks contractors to construct barrier walls in two areas: the office space and the mechanical room. The objective is to create partitions that encompass offices B101A and B101C, as well as the mechanical room entrance, while navigating around existing features. The office area, with a 10-foot ceiling, requires blocking off access to offices B101A and B101C, incorporating the door to B100 Reception and the staircase. The mechanical room entrance, also spanning 10 feet in height, presents challenges due to the presence of pipes and electrical components. Contractors will need to work within these spaces, adhering to specific orientation and height requirements while installing the barrier walls.
    The procurement objective involves upgrading the TOM system and related general construction work at a medical center. The agency seeks a contractor to prepare the site, including demolition, and install specialized technology while adhering to strict safety and security protocols. The scope includes phasing the work to ensure the center's uninterrupted operation, maintaining existing systems, and providing temporary utilities. The project requires extensive coordination with medical staff and adherence to infection control measures. Detailed safety requirements and work procedures are outlined, encompassing personal protective equipment, hazard analysis, and mishap reporting. The contract will be awarded based on criteria such as corporate safety policies, qualification of personnel, safety plans, and past performance. Key dates and deadlines are outlined for submission of safety plans and the project's anticipated timeline. The procurement's technical specifications and quality standards are detailed in the document, ensuring compliance with numerous industry and regulatory standards. The contract is expected to include a performance bond and stringent requirements for utility services, equipment, and materials.
    The procurement objective of this RFP revolves around asbestos abatement and removal services. The primary focus is on engaging a contractor to manage the end-to-end process, ensuring compliance with stringent safety and regulatory standards. The scope encompasses both glovebag asbestos abatement and asbestos floor tile/mastic abatement. The work tasks involve pre-abatement activities, such as site preparations, meetings, and asbestos hazard planning, followed by the actual abatement, which includes removal, cleanup, and disposal of asbestos-containing materials (ACM). Post-abatement tasks include cleaning, decontamination, and various inspections. The contractor must adhere to detailed requirements outlined in the RFP, encompassing respiratory protection, worker safety protocols, and decontamination procedures. The RFP specifies approximately 3,875 square feet of flooring and mastic requiring attention, with the potential for variations in quantities. The contractor should be prepared for unforeseen additional work, as the exact quantities of ACM might differ from the estimates. Critical dates include the submission of proposals and an expected project timeline. The evaluation of proposals will likely focus on the contractor's ability to meet the detailed technical requirements, safety protocols, and their past experience with similar asbestos abatement projects. This comprehensive RFP outlines a meticulous process, emphasizing the importance of safety and regulatory adherence, providing a clear procurement objective for potential contractors.
    The file outlines mandatory records management obligations for contractors working with the VHA. The focus is on ensuring compliance with federal records laws, preserving data integrity, and protecting sensitive information. Contractors must adhere to records management laws, including the Federal Records Act and NARA policies. They are responsible for maintaining records created for government use and delivering them to the VHA. To prevent unauthorized destruction, records can only be removed or destroyed with permission. Contractors must also report unauthorized disclosures and implement security measures. VHA approval is essential before engaging subcontractors and sharing sensitive information. All employees working on the contract must undergo records management training. These obligations must be flowed down to subcontractors. The VHA retains ownership of all data and records produced, with unlimited rights to use and disclose them. This file implies that multiple contractors and subcontractors will be involved, each responsible for managing and delivering federal records while adhering to strict data handling and security protocols.
    The Black Hills VA Health Care System seeks a Firm-Fixed-Price Service Contract for asbestos abatement within Building 88 at the Fort Meade VA Medical Center in South Dakota. The primary objective is the removal and proper disposal of Asbestos Containing Materials (ACMs) from approximately 3600 square feet of flooring and associated areas. The contract, with a proposed 30-day period of performance, entails a comprehensive scope of work. This includes pre- and post-abatement activities, removal, cleanup, and strict adherence to relevant safety standards. Offerors are required to construct temporary barrier walls, which may be modified prior to the commencement of work. Key project requirements include adherence to strict working hours to minimize disruption to the medical center's operations, badging and check-in protocols, and privacy training for contractor personnel. The evaluation of proposals will prioritize the ability to meet the specified requirements, with cost being a secondary consideration. Interested parties must submit their quotes by the specified deadline for consideration.
    The Department of Veterans Affairs seeks to procure privacy training services for its personnel who do not have access to sensitive VA computer systems or direct access to protected health information. This training is crucial to ensure compliance with privacy and confidentiality statutes. The objective is to train employees on safeguarding VA sensitive information, which could be inadvertently accessed or overheard. Trainings will outline the employees' roles and responsibilities in handling such information. Incidental disclosures must be understood, and safeguards against unauthorized access or discussion of sensitive information are emphasized. The content of the training modules is detailed, covering topics like relevant laws, incidental disclosures, and enforcement of privacy policies. This training is a requirement for contractors and volunteers who don't directly access sensitive data but still require awareness. The VA Talent Management System will house the training modules, and employees will be expected to acknowledge their responsibility in protecting veteran's confidential information.
    The first file outlines a procurement for IT services, specifically software and hardware solutions for improving network infrastructure and cybersecurity. The goal is to enhance data storage, network efficiency, and cyber threat detection. Vendors are expected to provide detailed technical proposals, with evaluations based on cost-effectiveness, technical merit, and past performance. The second file seeks proposals for construction-related services. The scope includes site preparation, construction management, and building erection for a government facility. The emphasis is on sustainable construction practices and compliance with strict environmental standards. The evaluation criteria include price, technical approach, past performance, and adherence to timelines. The final file requests proposals for consulting services to develop a comprehensive marketing and branding strategy for a government entity. The selected vendor will undertake market research, brand development, and digital marketing initiatives. The procurement objective is to enhance the organization's public image and improve its connectivity with the target audience. Prices are to be fixed, and the contract will be awarded based on the quality of the proposed strategy, the vendor's experience, and price competitiveness. All three files contain time-sensitive information, with key dates mentioned for submission deadlines, albeit with varying levels of detail.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    589A5-24-110 REMEIDATE MOLD, BLDG 5 TOPEKA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a federal contract aimed at remediating mold in Building 5 at the Colmery-O'Neil Veterans Administration Medical Center in Topeka, Kansas. The project involves critical tasks such as removing and replacing duct insulation, cleaning HVAC systems, and executing general construction activities associated with mold remediation, all while adhering to stringent safety and compliance standards. This initiative underscores the government's commitment to maintaining safe and healthy environments within VA facilities, ensuring the well-being of veterans. Proposals are due by September 20, 2024, with a project completion timeline of 30 days post-notice to proceed; interested contractors must contact Timothy Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    Asbestos Abatement IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force, is soliciting proposals for an Asbestos Abatement Indefinite Delivery Indefinite Quantity (IDIQ) contract at Seymour Johnson Air Force Base in North Carolina. This contract, valued at approximately $25 million, aims to provide comprehensive asbestos abatement and environmental testing services, including the management of hazardous materials such as lead paint and heavy metals, with a performance period extending from September 27, 2024, to March 27, 2030, and options for further extensions. The initiative underscores the importance of environmental safety and compliance with federal regulations, particularly in supporting Women-Owned Small Businesses (WOSB) in government contracting. Interested contractors should direct inquiries to Kelly Coddington at kelly.coddington@us.af.mil or Aaron VanVynckt at aaron.vanvynckt.1@us.af.mil, with Requests for Information due by September 6, 2024.
    Asbestos Abatement - Edenton NFH, NC
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for an asbestos abatement project at the Edenton National Fish Hatchery in North Carolina. The procurement involves a Firm-Fixed Price construction contract aimed at safely removing asbestos-containing materials identified in a recent inspection, which highlighted the presence of friable asbestos in multiple buildings. This project is critical for ensuring compliance with federal regulations and protecting public health during ongoing and future construction activities at the site. Interested contractors must submit their proposals by September 10, 2024, at 11:00 AM Pacific Time, and can direct inquiries to Elvia Arellano at elviaarellano@fws.gov or (505) 248-6438.
    Q301--BSL3 Site Survey and Certification
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for a BSL3 Lab Site Survey and Inspection at the Portland VA Medical Center. The procurement involves conducting a comprehensive site survey, ventilation assessment, HEPA filter testing, and documentation to ensure compliance with Biological Safety Level 3 standards, with all tasks to be completed within 30 days from the Notice to Proceed. This contract is crucial for enhancing laboratory safety protocols within the VA system and reflects the government's commitment to supporting veteran-owned businesses in public health infrastructure projects. Interested vendors must attend a mandatory site visit on September 10, 2024, at 10:00 A.M. and submit their quotes by September 13, 2024, at 3:00 P.M. Pacific Time; for further inquiries, contact Contracting Officer Derek Crockett at Derek.Crockett@va.gov or 360-816-2760 x32760.
    S207--Pest Control Technician Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Pest Control Technician Services at the Bedford VA Medical Center in Massachusetts. The procurement aims to establish a firm-fixed price contract for comprehensive pest management services, including scheduled preventive treatments and emergency response, to ensure a rodent and pest-free environment in compliance with federal and state regulations. This contract is particularly important for maintaining health and safety standards within the facility, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their quotes by September 9, 2024, at 4:00 PM EST, to the Contract Specialist, Carissa Sarazin, via email at carissa.sarazin@va.gov.
    H312--Facilities Maintenance | Fire Door/Extinguisher Inspection/Maint | Fire Extinguisher Service (VA-25-00004035)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide facilities maintenance services, specifically for fire door and extinguisher inspection and maintenance, as well as fire extinguisher servicing at the Lebanon VA Medical Center. The procurement aims to establish a five-year, firm-fixed-price Indefinite Delivery - Indefinite Quantity (IDIQ) contract to ensure compliance with federal, state, and local regulations regarding fire safety equipment. This service is critical for maintaining the safety and operational readiness of the medical facility, which serves veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by 2:00 PM EST on September 12, 2024, to Contract Specialist Andrew Chmielewski at andrew.chmielewski@va.gov, with the contract anticipated to commence on October 14, 2024.
    DH10--Bayer MedRad Enterprise Platform
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for the Bayer MedRad Contrast Dose Management Radimetrics™ Enterprise Platform, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to enhance patient dose management in imaging departments through the installation of proprietary software and interfaces, along with necessary training and technical support. This initiative underscores the VA's commitment to leveraging advanced technologies for improved public health outcomes. Interested vendors must submit their quotes by 4:00 PM PST on September 10, 2024, to Maureen Sundstrom at Maureen.Sundstrom@va.gov, ensuring compliance with all required documentation and specifications outlined in the solicitation.
    Flooring Replacement - St. Paul, Minnesota - 3rd Floor Admin Building - Northern Research Station
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking qualified contractors for a flooring replacement project at the Northern Research Station in St. Paul, Minnesota. The project involves the legal abatement and removal of approximately 5,100 square feet of asbestos-containing flooring, followed by the installation of new luxury vinyl tile, baseboards, and associated trim. This renovation is crucial for maintaining safe and functional facilities, adhering to health and safety regulations during construction activities. Interested contractors must submit sealed bids electronically to Erin Garcia at erin.garcia@usda.gov, with a site visit scheduled for September 12, 2024, and a performance period of 60 days from the notice to proceed. Contractors must also be registered in SAM.gov and comply with the Davis-Bacon Act wage requirements.
    S205--NEW: ELP VA SOLID WASTE DISPOSAL | NEW REQUIREMENT | POP: 11/1/24-10/31/25
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for solid waste disposal services at the El Paso VA Health Care System, with a contract period from November 1, 2024, to October 31, 2025, and options for four additional years. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with federal acquisition regulations, including wage determinations under the Service Contract Act. This contract, valued at approximately $47 million, is crucial for maintaining efficient waste management services that comply with federal and state regulations, ensuring the health and safety of the facility's operations. Interested parties must submit their offers via email to Contract Specialist Abduel Sanford at abduel.sanford@va.gov by the specified deadline, and must be registered in the System for Award Management and certified under the Veteran Small Business Certification program.
    Z1DA--512-24-122 Structural Steel Fireproofing (VA-24-00093106) FY25 Requirement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Structural Steel Fireproofing project at the Baltimore Veterans Affairs Medical Center (VAMC), identified by solicitation number 36C24524B0022. The project requires contractors to provide all necessary materials, labor, and supervision to apply fireproofing material to exposed structural beams, ensuring compliance with specified technical documentation and safety regulations. This initiative is crucial for maintaining the safety and structural integrity of the facility, reflecting the Department's commitment to high standards in its healthcare environments. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Contract Specialist Dirk Webb at Dirk.Webb@va.gov or (304) 268-7446 ext 7621, with the project expected to be completed within 150 calendar days from the Notice to Proceed.