B502--VPIH for Environmental Sampling - Long Term Requirement Contract.

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Virginia
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159487617864055
Posted Date: Aug 10, 2023
Due Date:
Solicitation No: 36C25023Q1028
Source: Members Only
Follow
B502--VPIH for Environmental Sampling - Long Term Requirement Contract.
Active
Contract Opportunity
Notice ID
36C25023Q1028
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 10, 2023 02:31 pm EDT
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 09, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: B502 - SPECIAL STUDIES/ANALYSIS- AIR QUALITY
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:
    Richard L. Roudebush VA Medical Center 1481 W. 10th Street ,
Description
Purpose:

This RFI is being posted to identify capable and interested companies for the requirement, as well as request feedback on the below Statement of Work (SOW). The VA would like to set up an indefinite-quantity contract to allow for task orders to be issued as asbestos abatements come up and monitoring services are needed. The government intends to request pricing by hour increments.
The VA would like to request the following as a result of this posting:
1. If you are interested and capable of a contract of this type, please respond to the CO, via email, and provide the following:
a. Business Name
b. UEI No.
c. Small Business Size Status
IF there are any comments on the statement of work or other items needing addressed, please provide those to the CO as well.
Scope of Work (SOW):

0100000 General Information
General Information

The intention of this solicitation is to obtain all labor, supplies, materials, equipment, transportation, facilities, utilities, supervision, and management; unless otherwise specified; required to provide Environmental Sampling services via an Indefinite Delivery Indefinite Quantity (IDIQ) type contract at Richard L. Roudebush VA Medical Center (IVAMC), Indianapolis, Indiana.
Environmental Sampling services include asbestos and additional other services as needed including a VA Professional Industrial Hygienist (VPIH).
VA Professional Industrial Hygienist (VPIH) The Department of Veterans Affairs Professional Industrial Hygienist must meet the qualifications of a PIH.
Professional IH (PIH) An IH who meets the definition requirements of AIHA; meets the definition requirements of OSHA as a "Competent Person" at 29 CFR 1926.1101 (b); has completed two specialized EPA approved courses on management and supervision of asbestos abatement projects; has formal training in respiratory protection and waste disposal; and has a minimum of four projects of similar complexity with this project of which at least three projects serving as the supervisory IH.
Asbestos testing must be done by Asbestos Hazard Emergency Response Act (AHERA) trained and certified technicians licensed in the State of Indiana.
Work items are identified in the schedule and any accompanying exhibits. The quantities of supplies and service specified in accompanying exhibits and the schedule are estimates only and may be ordered by issuance of separate task orders. Line items may be ordered in quantities that are less than or greater than the estimated quantities stated in the schedule. The Government is not obligated to order from the contractor those services that are currently being performed under other contracts, or services currently under warranty, or services purchased with a government credit card.
The contractor is required to be located within an area permitting a maximum of a four (4) hour response time to the location listed above and sub-contractor restrictions of not more than 30%. The Contractor s office/location must be operational upon award of the contract and throughout the duration of the performance and must be open for business from 7:30 a.m. to 4:30 p.m., Monday through Friday, excluding federal holidays and weekends.
Outline of Services
Except where otherwise stated, the Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services outlined below and described in this Performance Work Statement (PWS) at Richard L. Roudebush VA Medical Center (IVAMC) Indianapolis, Indiana.
Project Location
The work shall be limited and performed at building 1 on IVAMC Campus, Indianapolis, Indiana. The task orders will specify the exact performance location. Verification of Workload and Conditions for each location will be provided based general data such as inventories, maps, floor plans, and tables to represent the type, quantity, and location of services to be provided. However, offerors are encouraged to visit the project site when the site visit is scheduled for offerors as part of its due diligence to assess the nature of work and conditions under which work is to be performed.
NOTE: The IVAMC Campus will be limited to Building 1, Wings C and D located at 1481 West 10th Street, Indianapolis, IN 46202.
Technical Proposal Certification

The Contractor warrants that its proposal incorporated herein by reference will meet or exceed the performance objectives set forth in this contract. The contractor is not excused from meeting such performance objectives in the event such proposal proves inadequate as conceived or executed to meet such performance objectives. The contractor understands that it bears all the cost and performance risk associated with adopting acceptable additional (and/or alternative) means or methods of meeting the performance objective.
0200000 - Management and Administration
Management and Administration
DELIVERIES OR PERFORMANCE outline in this Section 0200000 will be due within 15 calendar days after award.
General Information
Pricing shall be obtained by entering the proposed unit price for each line item listed in the Exhibit Line Item (ELIN) Schedule, multiplying it by the estimated quantity, and entering the mathematical extension in the subtotal column. The ELIN Schedule must be submitted as part of the price proposal.
Failure to submit pricing for all line items and quantities will be cause for rejection of the proposal. An Excel spread sheet containing the ELIN Schedule is provided. The ELIN Schedule must be submitted along with proposal package AND submitted utilizing the Excel spreadsheet working spreadsheet. This spreadsheet must be e-mailed to the contracting officer (CO).
Government Regular Working Hours
The Government's regular working hours are from 0630-1700, five days per week, Monday through Friday, except observed Federal holidays.

Exceptions to the regular hours of operation are detailed in subsequent sections of this PWS. The performance of work requirements shall be accomplished outside the Government s regular working hours unless the specific work requirement specified herein necessitates otherwise. Any other work outside Government regular working hours requires prior contracting officer representative (COR) approval.

If the Contractor wishes to work during the Government's regular working hours for the Contractor s convenience, the Contractor shall submit a written Request to Work Within Government s Regular Working Hours.

Permits and Licenses
The Contractor shall obtain all required permits, licenses, and authorizations to perform work under this contract and comply with all the applicable Federal, state, and local laws and regulations. The Contractor shall submit copies of Permits and Licenses.

Protection of Government Property
During execution of the work, the Contractor shall protect Government property. The Contractor shall return areas damaged because of negligence under this contract to their original condition at no cost to the Government.

Directives, Instructions, and References
The Contractor shall comply with the most current version of directives, instructions, and references including versions published during the term of the contract.

VHA Asbestos Management Directive (VHA Directive 2010-036),
VA » Office of Construction & Facilities Management » Technical Information Library » MASTER CONSTRUCTION SPECIFICATIONS > Division 02 - Existing Conditions
The Contractor and his/her employees and subcontractors shall become familiar with and obey all Hospital Regulations/Directives, including fire, traffic, safety, and security regulations. All personnel employed on the hospital campus shall keep within the limits of the work (and avenues of ingress and egress) and shall not enter any restricted areas unless required to do so and are cleared for such entry. The Contractor s equipment shall be conspicuously marked for identification.
The Contractor shall comply with the public laws and statues including all changes and amendments of federal, state and local environmental statutes and regulations in effect of date of issuance of this delivery order, including, the applicable portions of the documents cited in the basic contract and below.
29 CFR 1926.1101 - Asbestos Regulations for the Construction Industry
29 CFR 1910.134 - Respiratory Protection Standard
29 CFR 1910.1001 - Occupational Exposure to Asbestos, Tremolite Anthophyllite and Actinolite
EPA, Asbestos Hazard Emergency Response Act (AHERA) protocols 40 CFR 61, Sub-part M, National Emission Standards for Hazardous Air Pollutants (NESHAPS)

Government-Furnished Property, Materials and Services
The Government will not provide property, materials, or services to the Contractor.

Government-Furnished Facilities (GFF)
The Government will not provide office space or operational facilities to the contractor.

Government-Furnished Utilities
The Government will furnish water and electricity at existing outlets required for the work to be performed under the contract at no cost to the Contractor. Information concerning the location of existing outlets may be secured from the COR. The Contractor shall provide and maintain, at its expense, the necessary service lines from the existing Government outlets to the work site. Provide and maintain backflow prevention devices on connections to domestic water lines and electrical transformer provisions on connections to electric lines. Services required by the Contractor, for which there are no available Government outlets, shall be provided by the Contractor at no cost to the Government.
Government-Furnished Materials (GFM)
The Government will not provide materials to the Contractor.

Government-Furnished Equipment (GFE)
The Contractor shall furnish all tools and equipment for the performance of this contract. The Government will not provide tools or equipment to the Contractor.

Government-Furnished Services (GFS)
The Government will not provide services to the Contractor.

Contractor-Furnished Items
Except for items identified as Government Furnished, the Contractor shall provide all equipment, materials, parts, supplies, components, and facilities to perform the requirements of this contract. The COR may inspect Contractor-furnished items for adequacy and compliance with contract requirements. Inadequate or unsafe items shall be removed and replaced by the Contractor at no cost to the Government. Materials containing asbestos shall not be brought onsite. Energy efficient tools and equipment shall be used when available. The COR may at any time require Samples, Safety Data Sheets (SDS) used in this contract.

Management
The Contractor shall manage the total work effort associated with the services required herein to meet the performance objectives and standards. Such management includes but is not limited to planning, scheduling, cost accounting, report preparation, establishing and maintaining records, and quality assurance. The Contractor shall provide a staff with the necessary management expertise to ensure performance objectives and standards are met.

Work Control
The Contractor shall manage the total work effort associated with the environmental sampling services required herein to meet the performance objectives and standards. Such management includes, but is not limited to planning, scheduling, cost accounting, report preparation, establishing and maintaining records, and quality control. The Contractor shall provide an adequate staff of personnel with the necessary management expertise to assure the performance of the work in accordance with sound and efficient management practices.
The Contractor shall provide at a minimum a Project Manager (PM) who shall be responsible for the competent performance of the work and who meets the following qualifications.
The PM shall have full authority to act for the Contractor at the facility.
The PM or a designated representative shall meet with Government personnel designated by the COR to discuss problem areas. The PM or a representative shall respond within two hours after notification. The Contractor shall provide the telephone number of the PM or designated representative with the COR.
The Contractor shall implement all necessary procedures to ensure timely accomplishment of work requirements, as well as to permit tracking and reporting of work in progress. The Contractor shall plan and schedule work to assure material, labor, and equipment are available to complete work requirements within the specified time limits and in conformance with the quality standards established herein. Verbal scheduling and work status updates shall be provided when requested by the COR. A status update of any item of work must be provided within two hours of the inquiry during regular working hours, and by 0630 the following workday for inquiries after regular working hours.
Work Schedule
The Contractor's work shall not interfere with normal Government business. In cases where some interference is unavoidable, the Contractor shall minimize the impact and effects of the interference. The Contractor shall provide advance access of all its work schedules to the Government. The Contractor shall notify the COR of any difficulty in scheduling work due to Government controls. A schedule shall be provided for the performance of the work as task orders are issued.

Deliverables
The Contractor shall submit accurate and complete documents within 14 days from the contract award date to complete the requirements of this contract. The final product shall be delivered electronical by email to the COR.

Government acceptance of deliverables will not relieve the Contractor of the responsibility for any error or omission which may exist in the deliverable, as the Contractor is responsible for all requirements of this contract.

Service Interruptions
If any utilities or other services must be discontinued (even temporarily) due to scheduled contract work, the Contractor shall notify the COR, affected tenants, and customers in accordance with local procedures. If the discontinued service is due to an emergency breakdown the Contractor shall notify the COR, affected tenants and customers as soon as practicable.

Personnel Requirements
The Contractor shall comply with the key personnel requirements
The Contractor shall submit a List of Key Personnel and Qualifications. The Contractor shall provide any additional information requested by the COR necessary to certify their qualifications.
The Contractor shall provide a SSHO whose primary duty and responsibility is to prepare and enforce the Contractor s safety program on this contract. The SSHO shall have satisfactory experience in preparing and enforcing safety programs on contracts of similar size and complexity in the past. The SSHO may be the same person as the project manager.

Employee Requirements
The Contractor shall provide experienced, qualified, licensed in the state of Indiana, and capable personnel to perform the work in this contract. Personnel shall be fully knowledgeable of all safety and environmental requirements associated with the work they perform.

Certification, training, and licensing records shall be kept current and on file for the duration of the contract including all option periods. Records shall be made available for Government review within 4 hours of request.
Employee Appearance: The Contractor shall ensure that all employees present a professional appearance that is appropriate for their position. The COR reserves the right to determine the acceptability of any clothing worn.

Employee Conduct: Contractor employees shall conduct themselves in a proper, efficient, courteous, and businesslike manner.

Identification as Contractor Employee: Contractor employees shall identify themselves as Contractor personnel by introducing themselves or being introduced as Contractor personnel and displaying distinguishing badges or other visible identification for meetings with Government personnel. All Contractor employees shall appropriately identify themselves as contractor employees in conversations and in formal and informal written correspondence.

Removal of Employees: The Contractor shall remove from the site any individual whose continued employment is deemed by the COR to be contrary to the public interest or inconsistent with the best interests of VHA Security.

Security Requirements: The Contractor shall comply with all Federal, state, and local security statutes, regulations, and requirements. The Contractor shall become acquainted with and comply with all Government regulations as posted, or as requested by the COR when required to enter a Government site. The C&A Requirements do not apply and a Security Accreditation package is not required.

Employee Listing: The Contractor shall maintain a current Employee List and submit as part of sub-part 11 of this section. The list shall include employee s name, supervisor, and company.

Access to Buildings: The Contractor shall monitor and control access into restricted areas under their responsibility. The Contractor shall comply with security requirements, plus those always imposed by the facility police. Personnel with access to special areas will be escorted by a VHA representative. Contractor personnel shall not enter restricted or controlled areas unless specifically authorized in performance of their duties. The Contractor shall secure all areas entered during non-duty hours under the Contractor s cognizance at the end of each workday or shift period.

Employee Status: The Contractor shall notify the COR of any changes to any employee s status to include, but not limited to, termination, convictions/arrests, adverse actions taken on the job for any reason or any other documented misbehavior that may affect, or have the potential to affect, security standing in terms of access to federal facilities or IT systems.

Contractor Safety Program: The Contractor shall develop and implement a Safety Program detailing how the Contractor plans, staffs, performs, and controls all safety practices while delivering best value services to the Government without any accidents or mishaps. The Contractor s safety program shall comply with all safety standards identified in the Public Law 91-596, Occupational Safety and Health Act.

Quality Control Plan: Contractor shall establish a quality control plan for all work, including that of his or her subcontractors, to assure compliance with the EPA, State and AIHA requirements. Contractor shall submit a copy of his/her quality control plan concurrently with the quote. Contractor shall notify appropriate State and or Federal Environmental Agencies of Asbestos work as required. Quality control measures shall include, but are not limited to:
Performing all required inspections and tests.
Listing all subcontractors and services they will perform.
Compliance with applicable Federal, state, and local codes and regulations and VHA directives related to conducting asbestos air monitoring.
Participation in laboratory quality control programs (e.g., NVLAP, or other appropriate programs recognized by the EPA).
Correction of unsatisfactory sampling and testing.
Use of quality control samples and field blanks

Activity Hazard Analysis (AHA): AHAs shall be submitted at least two working days prior to start of work. During performance of services, the SSHO shall periodically review the AHA at each service site and for each sub-annex to assess the effectiveness of the Contractor s overall Safety Program. If changes to the AHAs are required, such changes shall be submitted to the COR for review and acceptance.

Safety Inspections and Monitoring: The Contractor shall conduct inspections of its work areas, job sites, and work crews every day work is being performed to ensure that all Contractor operations are being conducted safely. These inspections shall ensure: The site is safe and free of job-site hazards.
Proper PPE is being utilized and worn.
Safe work practices and processes are being followed.
All equipment and tools are in good condition and being used safely.

The Government reserves the right to inspect and monitor Contractor operations for safety compliance. The Government reserves the right to stop any work activity when it deems danger is imminent. Contractor personnel shall work in a safe manner and comply with all applicable safety regulations. The Contractor shall be subject to safety inspections of its work sites by the Government. Contractor safety records shall be available to the COR upon request.

Whenever the COR becomes aware of any safety noncompliance or any condition which poses a serious or imminent danger or hazard to the health or safety of the public or Government Personnel, the COR will notify the Contractor orally, with written confirmation, and request immediate corrective action. This notice, when delivered to the Contractor s representative or SSHO, shall be deemed sufficient notice of noncompliance and that corrective action is required. After receiving this notice, the Contractor shall immediately take corrective action. If the Contractor fails, delays, or refuses to promptly take corrective action, the COR may issue a stop work order for all or part of the services or work until satisfactory corrective action has been taken. Whenever such a stop work order has been issued, the Contractor shall waive all equitable adjustments to the contract related to the stop work ordered issued.

Work will not be allowed to resume until authorized by the Contracting Officer, after consultation with the Facility Safety Officer and/or Chief, VA Police Service and COR, to ensure that the imminent or serious health or safety hazard has been abated. The Contractor shall include this requirement in all its subcontracts and vendor contracts in support of contract safety.

Emergency Medical Treatment: Contractors will arrange for their own emergency medical treatment. The Government has no responsibility to provide emergency medical treatment.
0300000 Concept of Work
VA » Office of Construction & Facilities Management » Technical Information Library » MASTER CONSTRUCTION SPECIFICATIONS (PG-18-1) > Division 02 - Existing Conditions
(https://www.cfm.va.gov/til/spec.asp#02)

General Information
The Contractor shall provide all labor, management, supervision, training, transportation, material, tools, and equipment required to perform the necessary monitoring, inspection, testing, and other support services to ensure that VA patients, employees, and visitors will not be adversely affected by the abatement work, and that the abatement work proceeds in accordance with the TIL references specification in Section 1 above, that the abated areas or abated buildings have been successfully decontaminated at IVAMC Campus, Indiana. The Contractor shall maintain all its materials and equipment in a good working and serviceable order and perform the services in a first-class and professional manner.

Scope of Services
The purpose of the work of the VPIH/CIH is to: assure quality; adherence to the specification; resolve problems; prevent the spread of contamination beyond the regulated area; and assure clearance at the end of the project. In addition, their work includes performing the final inspection and testing to determine whether the regulated area or building has been adequately decontaminated. All air monitoring is to be done utilizing PCM. The VPIH/CIH will perform the following tasks:
Task 1: If warranted, establish background levels before abatement begins by collecting background samples. Retain samples for possible TEM analysis.
Task 2: Perform continuous air monitoring, inspection, and testing outside the regulated area during actual abatement work to detect any faults in the regulated area isolation and any adverse impact on the surroundings from regulated area activities.
Task 3: Perform unannounced spot checks within the abatement work area for overall compliance of work with contract/specifications. These visits may include any inspection, monitoring, and testing inside and outside the regulated area and all aspects of the operation except personnel monitoring.
Task 4: Provide support to the VA representative such as evaluation of submittals from the Contractor, resolution of conflicts, interpret data, etc.
Task 5: Perform, final inspection and testing of a decontaminated regulated area at the conclusion of the abatement to certify compliance with all regulations and VA requirements/specifications.
Task 6: Issue certificate of decontamination for each regulated area and project report.

The person performing the area air monitoring shall be the VPIH, who shall be trained and shall have specialized field experience in sampling and analysis. The VPIH shall have successfully completed a NIOSH 582 Course or equivalent and provide documentation. The VPIH shall participate in the AIHA Asbestos Analysis Registry or participate in the Proficiency Analytical Testing program of AIHA for fiber counting quality control assurance. The IH Technician shall also be an accredited EPA AHERA/State Building Inspector. The IH Technician shall have participated in five abatement projects collecting personal and area samples and have experience in substantially similar projects in size and scope. The analytical laboratory used by the Contractor to analyze the samples shall be AIHA accredited for asbestos PAT and approved by the VA prior to start of the project.

Submit information on personnel: Provide a resume; address each item completely; copies of certificates, accreditations, and licenses. Name; years of abatement experience; list of projects similar to this one; certificates, licenses, accreditations for proof of AHERA/OSHA specialized asbestos training; professional affiliations; medical opinion; and current respirator fit test.

A daily log shall be maintained by the VPIH, documenting all OSHA requirements for area air monitoring for asbestos in 29 CFR 1926.1101(f), (g) and Appendix A. This log shall be made available to the VA representative upon request. The log will contain, at a minimum, information on area samples, the date of sample collection, start and stop times for sampling, sample volume, flow rate, and fibers/cc. The VPIH shall collect and analyze samples for each representative job being done in the regulated area, i.e., removal, wetting, clean-up, and load-out. In the regulated area; a minimum of three (3) area air samples at locations inside the building but immediately outside the regulated work area; one (1) area air sample shall be collected daily in the Clean Room of the PDF; and one (1) area air sample shall be collected daily at the approximate location of HEPA exhaust discharge. In addition to the continuous monitoring required, the VPIH will perform inspection and testing at the final stages of abatement for each regulated area. Additionally, the VPIH will monitor and record pressure readings within the containment daily with a minimum of two readings at the beginning and at the end of a shift and submit the data in the daily report.

Final Visual Inspection and Air Clearance Testing

General: Notify the VA representative 24 hours in advance for the performance of the final visual inspection and testing. The final visual inspection and testing will be performed by the VPIH starting after the final cleaning.

Final Visual Inspection: Final visual inspection will include the entire regulated area, the PDF, all poly sheeting, seals over HVAC openings, doorways, windows, and any other openings. If any debris, residue, dust or any other suspect material is detected. When the regulated area is visually clean the final testing can be done.

Final Air Clearance Testing: After an acceptable final visual inspection by the VPIH and VA Representative, the VPIH will perform the final clearance testing. Air samples will be collected and analyzed in accordance with procedures for AHERA in this specification.

Final Air Clearance Procedures
Work in a regulated area is complete when the regulated area is visually clean and airborne fiber levels have been reduced to or below 0.01 f/cc as measured by the AHERA PCM protocol.
Air Monitoring and Final Clearance Sampling: To determine if the elevated airborne fiber counts encountered during abatement operations have been reduced to the specified level, the VPIH/CIH will secure samples and analyze them according to the following procedures:
Fibers Counted: Fibers referred to in this section shall be either all fibers regardless of composition as counted in the NIOSH 7400 PCM method or asbestos fibers counted using the AHERA TEM method.
Aggressive Sampling: All final air testing samples shall be collected using aggressive sampling techniques. Samples will be collected on 0.8m MCE filters for PCM analysis. A minimum of 600 Liters and not to exceed 1200 Liters of air using calibrated sampling pumps shall be collected for PCM samples. Before pumps are started, initiate aggressive air mixing sampling as detailed in 40 CFR 763 Subpart E (AHERA) Appendix A (III)(B)(7)(d). Air samples will be collected in areas subject to normal air circulation away from corners, obstructed locations, and locations near windows, doors, or vents. After air sampling pumps have been shut off, circulating fans shall be shut off. The negative pressure system shall continue to operate.

Clearance Sampling Using PCM:
The NIOSH 7400 PCM method will be used for clearance sampling with a minimum collection volume of 3850 Liters of air. A minimum of 5 PCM clearance samples shall be collected. All samples must be equal to or less than 0.01 f If fibers counted by the VPIH during abatement work, either inside or outside the regulated area, utilizing the NIOSH 7400 air monitoring method, exceed the specified respective limits, the Contractor shall stop work. The Contractor may request confirmation of the results by analysis of the samples by TEM. Request must be in writing and submitted to the VA's representative.

Submittals at Completion of Abatement: The VPIH shall submit a project report consisting of the daily logbook requirements and documentation of events during the abatement project. The report shall include:
Daily field reports, and laboratory personnel training and certifications
List of location(s) and type and quantity of materials removed
Sampling records
Laboratory analysis records
A certificate of completion, signed, and dated by the VPIH.
Other important notes (if applicable)

Special Requirements: Prior to start of project work, Contractor shall meet with the facility Engineering Staff Representatives, and be briefed on facility safety and security procedures (e.g., response to fire alarm, lockout/ tagout, confined space entry, electrical safety).

Contractor is responsible at all times for ensuring that all personnel (including subcontractors working under the general contractor) comply with all applicable local, state, federal and VA safety, health, environmental and security requirements and regulations.
Contractor will comply with the hospital's Infection Control Program; contractor to meet with Infection Control Representative prior to conducting any material sampling and provide infection control measures that are necessary during sampling for a safe and healthy environment for patients and staff.

Teardown of the containment or loss of negative pressure is not permitted until reviewed and approved of Infection Control.

Laboratory Accreditation and Certification: Only laboratories that have appropriate credentials shall perform testing. Laboratories must be accredited for each applicable test method by a nationally recognized NVLAP laboratory accreditation.

References and Technical
29 CFR 1926.1101 - Asbestos Regulations for the Construction Industry
29 CFR 1910.134 - Respiratory Protection Standard
29 CFR 1910.1001 - Occupational Exposure to Asbestos, Tremolite Anthophyllite and Actinolite
Guidance for Controlling Asbestos-Containing Materials in Buildings, USEPA 560/5-85-024
EPA, Asbestos Hazard Emergency Response Act (AHERA) protocols 40 CFR 61, Sub-part M, National Emission Standards for Hazardous Air Pollutants (NESHAPS)

ATTACHMENT 1: EXHIBIT LINE ITEMS

ELIN
DESCRIPTION
TEST METHOD
TAT (Business Days)
ESTIMATED QUANTITY
UNIT OF ISSUE
TOTAL
Â
ASBESTOS ABATEMENT AIR MONITORING (VPIH)
The Contractor shall furnish all labor, supervision, materials, supplies, consumables, documentation, equipment, and transportation necessary to collect samples, conduct continuous oversight during abatement removal activities, and perform laboratory testing. The Contractor shall conduct thorough asbestos air monitoring in compliance with the requirements of OSHA, VHA Directive, all other federal, state and local regulations. A written report submitted within the timeframe specified on the Work Request. Â
A001
8 Hour Work Shift (After-Hours)
02 82 13.13 Glove Bag Asbestos Abatement

02 82 13.19 Asbestos Floor Tile and Mastic Abatement
14 business days
10
Each
Â
A002
8 Hour Work Shift (After-Hours)
14 business days
6
Each

Â
DOCUMENTS / SUBMITTALS
The Contractor shall provide a written letter report submitted within the timeframe specified on the Work Request. At a minimum the reports shall include: report summary; narrative discussing abatement type and quantities; summary findings; survey area diagram showing sample locations; building inspector certification and signature; laboratory reports; and sample chain of custody.Â
A003
Asbestos Air Monitoring Closeout Report
n/a
14 business days
16
Each
Â

***END OF SOURCE SOUGHT***
Attachments/Links
Attachments
Document File Size Access Updated Date
36C25023Q1028.docx (opens in new window)
43 KB
Public
Aug 10, 2023
file uploads

Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 10, 2023 02:31 pm EDTSources 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 >