F108--Hines FY24 Asbestos Abatement Monitoring and Testing IDIQ Project # 578-24-004

Agency:
State: Prince Edward Island
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159126428348183
Posted Date: Dec 10, 2023
Due Date: Dec 25, 2023
Source: Members Only
Follow
F108--Hines FY24 Asbestos Abatement Monitoring and Testing IDIQ Project # 578-24-004
Active
Contract Opportunity
Notice ID
36C25224R0019
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 09, 2023 05:02 pm CST
  • Original Response Date: Dec 25, 2023 04:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:
    Edward Hines Jr. VA Hospital 5000 S. Fifth Avenue. Hines , 60141
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY

Sources Sought Notice: This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this is marked as proprietary will be handled accordingly. The purpose of this notice is to obtain information on CVE VetBiz VERIFIED Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), [listed in Vendor Information Pages (VIP)] and other Small Business (SB) interests, capabilities, and qualifications to determine if a set-aside is appropriate. Responses to this sources-sought announcement will be used by the Government to make an appropriate decision. Proposals are NOT being requested or accepted at this time.

578-24-004 Asbestos Containing Materials Testing and Monitoring: The Department of Veterans Affairs has a requirement to establish a new single award Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Asbestos Containing Materials Testing and Monitoring at the Edward Hines Jr. VA Hospital, Hines, IL. This requirement engages a contractor to provide project oversight during planned abatement activities. Provide Asbestos Project Manager/Air Sampling Profession (APM/ASP) to perform project oversight, and asbestos air monitoring and clearance sampling for planned abatement activities. All APM/ASP services shall be conducted in accordance with all applicable and current Federal and State of Wisconsin Department of Publish Health regulations for asbestos abatement. This requirement is for abatement testing and monitoring only. The abatement testing and monitoring contractor cannot also be the abatement (removal) contractor. All work under this IDIQ will be for the Edward Hines Jr. VA Hospital, Hines, IL. 60141.
Period of Performance: Five-Year Ordering Period
Contract Type: Firm-Fixed Price IDIQ
IDIQ Maximum Value: $2,000,000.00
IDIQ Guaranteed Minimum: $5,000.00
Per Task Order Max Value: $300,000.00
Per Task Order Min Value: $2,000.00

NAICS: 541620, Environmental Consulting Services
Size Standard: $19 Million

RESPONSE INFORMATION: The following information is requested in response to this Notice from interested firms.

Provide all current licenses issued by the Illinois Department of Public Health for Testing and Project Monitoring for Asbestos and Lead.

Company name, address, point of contract, phone number, SAM - Unique Entity ID (UEI), and business status. Identify self-performance, any Teaming Agreement or Arrangement, and/or intention of subcontracting.

Evidence of your Firm s ability to perform 50% of the requirement IAW 52.219-14 Limitations on Subcontracting Clause. All information must be submitted insufficient detail for a decision to be made on the availability of interested SDVOSB, VOSB or SB concerns.

Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB, VOSB or SB concern. If adequate interest is not received this action will not be set-aside.

Total submittal shall be no longer than 15 pages in one .pdf file or word document.

The response date to this Sources Sought notice is December 25, 2023 at 16:00 (CST). This market research is for informational and planning purposes only to determine if there are adequate qualified SDVOSB, VOSB or SB concerns to warrant a 100% set-aside. Hard copy submissions are NOT acceptable. The Government will not pay any costs for responses submitted. Electronic submissions are to be sent to VA Primary Point of Contact: ricky.bond@va.gov. VA 2nd Point of Contact is kristi.kluck3@va.gov
Email responses shall have the following SUBJECT Line: RFI-36C25224R0019-[COMPANY NAME].

Companies must be registered in the System for Award Management (SAM). Interested companies can register at https://www.sam.gov/content/home. SDVOSB and VOSB firms must be CVE registered/verified by the Center for Veteran Enterprises (CVE) under NAICS 541620.

The area of consideration is RESTRICTED to a 400-mile radius of the Edward Hines Jr. VA Hospital, 5000 S. Fifth Avenue, Hines IL 60141, in which either the company s Primary or already established Auxiliary/Satellite office must be located. Note: The 400-mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or already established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option).

NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT IS SEEKING INFORMATION FOR MARKET RESEARCH PURPOSES ONLY. THE GOVERNMENT MAY OR MAY NOT ISSUE SOLICITATION DOCUMENTS TELEPHONE INQUIRIES WILL NOT BE RETURNED.
Attachments/Links
Contact Information
Contracting Office Address
  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 09, 2023 05:02 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >