F108--(Service) Asbestos Abatement (Flooring) Fort Meade 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
    605-336-3230 x7847
    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, specifically the Department of the Air Force, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on asbestos abatement and environmental testing services at Seymour Johnson Air Force Base in North Carolina. The contract, valued at approximately $25 million, aims to address the management of hazardous materials, including asbestos, lead paint, and heavy metals, while ensuring compliance with federal, state, and local regulations. This initiative is crucial for maintaining environmental safety and public health at the base, with a strong emphasis on supporting women-owned small businesses in government contracting. Interested contractors must submit their proposals by September 18, 2024, and can direct inquiries to Kelly Coddington or Aaron VanVynckt via the provided contact details.
    V112--HAZARDOUS WASTEPICK UP AND DISPOSAL FY25
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for hazardous waste pick-up and disposal services at the Hampton VA Medical Center in Virginia. The contract requires qualified contractors, specifically Service-Disabled Veteran-Owned Small Businesses (SDVOSB), to manage the collection and disposal of hazardous and universal waste, ensuring compliance with federal and state regulations. This service is crucial for maintaining environmental safety and regulatory adherence in healthcare settings, with the contract valued at approximately $47 million and spanning from October 1, 2024, through fiscal year 2029. Interested bidders should contact Contract Specialist Warren A. Pennil at warren.pennil@va.gov for further details and to ensure their proposals align with the outlined requirements.
    BPA for Asbestos and Mold Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the McAlester Army Ammunition Plant, is seeking proposals for a Blanket Purchase Agreement (BPA) for asbestos and mold testing services. The procurement aims to engage AHERA-accredited building inspectors to conduct inspections of suspected asbestos-containing materials, adhering to EPA regulations for sampling, documentation, and laboratory analysis. This initiative is crucial for hazard identification and remediation, ensuring compliance with environmental safety standards. Interested contractors must submit their signed proposals by September 23, 2024, at 3:00 PM Central Daylight Time, and are required to have an active registration in the System for Award Management (SAM). For further inquiries, Regina Gibson can be contacted at regina.l.gibson7.civ@army.mil or by phone at 918-420-7454.
    Z2DA--Correct Fall Protection Deficiencies
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide construction services aimed at correcting fall protection deficiencies at the Clarksburg VA Medical Center in West Virginia. This project, identified as contract number 540-22-118, is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, with an estimated construction cost ranging from $500,000 to $1,000,000. The work will involve general construction and alterations to ensure compliance with safety standards, reflecting the VA's commitment to enhancing facility safety while supporting veteran-owned businesses. Interested contractors must be registered in the SBA Veteran Small Business Certification database and submit bids by November 6, 2024, with a pre-bid site visit scheduled for October 9, 2024, and a deadline for questions on October 16, 2024. For further inquiries, contact Adam Bradford, Contract Specialist, at Adam.Bradford1@va.gov or 304-255-2121 ext 4356.
    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.
    F--Abatement Services - MA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals from qualified small businesses for abatement and asbestos removal services at the Parker River National Wildlife Refuge in Newburyport, Massachusetts. The primary objective is to safely remove all asbestos-containing materials from "The Pink House," a 1,512 sq ft structure, with a target completion date of December 31, 2024. This project is crucial for ensuring environmental safety and compliance with federal and state regulations regarding hazardous materials, particularly in protecting public health and wildlife resources. Proposals are due by September 18, 2024, with a site visit scheduled for September 4, 2024. Interested contractors can contact Christine Beauregard at ChristineBeauregard@fws.gov or by phone at 413-253-8232 for further information.
    655-20-202 Atrium Renovation Bldg 22
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a comprehensive renovation of the atrium in Building 22 at the Aleda E. Lutz VA Medical Center in Saginaw, Michigan. The primary goal is to enhance the atrium's functionality, aesthetics, and safety while ensuring the medical center remains fully operational during the construction process. Opportunity Overview This project, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, seeks to procure construction services for interior and exterior upgrades. The VA aims to award a firm-fixed-price contract with an estimated value of $45 million. Scope of Work The scope of work is divided into two phases and encompasses general construction, architectural adjustments, mechanical and electrical work, and finishes. Phase 1 includes: Installing exterior construction barriers and a gate Constructing temporary walls Selective demolition of existing interior elements Building an exterior canopy, sidewalk, and repairing pavement Constructing new interior walls and architectural elements Phase 2 requires: Demolishing the temporary construction wall Removing and replacing all flooring finishes The project has strict deadlines, mandating completion within 120 days of the notice to proceed. Contractors must adhere to detailed plans and specifications outlined in drawings and documents. Key Requirements Contractors must comply with OSHA and EPA regulations, attend a mandatory site visit, and meet small business size standards. They are responsible for providing a detailed project schedule, adhering to phasing plans, and ensuring compliance with strict safety and security protocols. Additionally, the installation of a HILTI firestop system is a critical requirement to maintain the Joint Commission accreditation. Eligibility Criteria Applicants for this SDVOSB set-aside must be verified in the VetCert registry. The VA will prioritize contractors with strong safety records, past performance, and experience in construction projects. Funding and Contract Details The estimated funding available for this project is $45 million. The contract type is a firm-fixed-price contract, and the solicitation document is Solicitation No. 36C25024B0058. Submission Process Interested parties should submit their applications by the deadline on July 31, 2024, at 11:30 a.m. EDT. The submission process includes a mandatory bid guarantee and performance bonds. The VA encourages contractors to ask questions prior to the deadline, with responses provided via amendments. Evaluation Criteria The VA will evaluate applications based on several factors. The primary evaluators are the contractor's safety records, past performance, and price. Technical aspects, including the technical approach, experience, and cost effectiveness, will also be considered. Contact Information For further clarification or questions, interested parties can contact Christina Shockey at Christina.Shockey@va.gov. Important Dates Key dates include a site visit scheduled for July 9, 2024, and the submission deadline on July 31, 2024.
    F110--Environmental Compliance and Healthcare Sustainability A&A Services Support for IHCS 583-24-4-630-0080 (VA-24-00096299)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for Environmental Compliance and Healthcare Sustainability Advisory and Assistance Services Support for the Richard L. Roudebush VAMC under solicitation number 36C25024Q1053. The procurement aims to enhance environmental compliance and sustainability practices at the facility, including conducting a Comprehensive Environmental Compliance Audit and developing an electronic record management system. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a total award amount of $19 million and a performance period from September 23, 2024, to September 22, 2025. Interested contractors must submit their quotes via email by 10:00 AM EDT on September 17, 2024, and direct any technical inquiries to Branch Chief Toni Waggoner-Boykin at Toni.Waggoner-Boykin@va.gov by September 13, 2024.