F115--657A4-24-102, Conduct Asbestos and Lead Survey (VA-24-00033733)

Agency:
State: Virginia
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159670922339001
Posted Date: Jan 29, 2024
Due Date: Feb 28, 2024
Source: Members Only
Follow
F115--657A4-24-102, Conduct Asbestos and Lead Survey (VA-24-00033733)
Active
Contract Opportunity
Notice ID
36C25524R0042
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 29, 2024 03:35 pm CST
  • Original Response Date: Feb 28, 2024 02:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: May 28, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: F115 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL CONSULTING AND LEGAL SUPPORT
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:
    John J. Pershing VA Medical Center Poplar Bluff , 63901
    USA
Description



Synopsis:
PROJECT TITLE:

Conduct Asbestos & Lead Survey, John J. Pershing VA Medical Center, Poplar Bluff, MO.

CONTRACT INFORMATION

a. This Industrial Hygienist (IH) Services requirement is being procured in accordance with the Brooks Act (Public Law (92-582)) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected based on demonstrated competence and qualifications for the required work.

b. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the VAAR Subpart 836.6 as implemented in FAR Subpart 36.6.

c. This is not a Request for Proposal, and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified contractors that meet the professional requirements.

d. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and are listed below in descending order of importance. The completed SF 330s will be evaluated by the John J. Pershing VA Medical Center s Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. The Government will not pay nor reimburse any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement.

e. Award of any resultant contract is contingent upon the availability of funds.

f. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to lucia.cowsert@va.gov and paul.dixon@va.gov. Personal visits to discuss this announcement will not be allowed.

g. The NAICS Code for this procurement is 541620 - Environmental Consulting Services and small business size standard of $19M. Award of a Firm Fixed Price contract is anticipated. The anticipated time for completion of report is approximately 180 calendar days including time for VA reviews.

h. DATABASE REGISTRATION INFORMATION:
VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS IH FIRMS INCOMPLIANCE WITH VAAR 819.7003. ONLY BUSINESSES VERIFIED AND LISTED IN THE SMALL BUSINESS ADMINISTRATION (SBA) REGISTRY https://veterans.certify.sba.gov, SHALL BE CONSIDERED.
SYSTEM FOR AWARD MANAGEMENT (SAM):

Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package.

j. THE EXCLUDED PARTIES LIST SYSTEM (EPLS):

To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities.

k. E-VERIFY SYSTEM:
Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54)

l. IH firms are required to respond if interested by submitting one (1) completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: https://www.gsa.gov/system/files/SF330-21_Part_1.pdf and SF330-21_Part_2.pdf (gsa.gov)). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions shall be made electronically.

m. Completed package shall be delivered electronically on or before 2/28/2024 at 2:00PM Central Standard Time to the NCO 15 Contracting Office, Attn: Paul Dixon Jr., Contracting Officer @ paul.dixon@va.gov and Lucia Cowsert, Contract Specialist @ lucia.cowsert@va.gov.
PROJECT INFORMATION
The mission of the John J. Pershing VA Medical Center (VAMC) is to provide the highest quality health care to our nation s veterans. In order to accomplish this mission, the John J. Pershing VAMC s Facility Engineering Service (FES) intends to partner with an Industrial Hygienist (IH) Firm on a project for the preparation of an asbestos and lead survey, including reports and recommendations for abatement and remediation for the VA Medical Center, Poplar Bluff, MO.
Supplement B

SCOPE OF WORK:

Contractor shall perform Full comprehensive (Qualitative and Quantitative) asbestos and lead building inspection to identify all asbestos and lead containing materials, including those within spaces that are typically considered inaccessible by the general public, which are likely to be disturbed in the course of any and all future construction and renovation activities. Examples of inaccessible spaces are to include vertical pipe chases, wall chases, and above ceilings to include hardpan and drop ceilings. Every area within the facility should be field verified by the consultant. Destructive testing may be authorized at the approval of the COR.
Contractor shall prepare and furnish a comprehensive asbestos management plan, complete with recommendations and cost estimates for any prescribed asbestos remediation response actions.

The complete facility should be initially subjected to a complete visual and records survey and evaluation. Conduct bulk sampling and evaluation of areas in accordance with the requirements below. Conceptual cost estimates are required for all survey recommendations. All asbestos and lead inspection and management plan work shall be performed in accordance with standard EPA-AHERA protocols for training, sampling, laboratory analysis and reporting requirements; however, that work shall include assessment and consideration of those spaces which are not readily accessible by the general public but may be impacted by future planned construction and/or renovation activities.

The list of buildings to be surveyed is as follows:

Building Information
Building
Number

Number of
Floors
Gross Sq.
Ft.

1
Main Hospital
7
181,569
1950
5
FMS
1
6,377
1950
6
IRM
1
4,282
1950
7
Boiler Plant
2
5,325
1950
8
Facilities Man.
1
8,007
1950
11
Gas Meter House
1
20
1950
20
Switchboard Building
1
588
1950
23
Warehouse
1
6,570
1982
N/A
Steam Tunnel
1
817
1950

Total

212,967
GSF
The above paragraphs constitute a basic outline of the work to be accomplished and in no way comprises all the details for this project. The IH shall initiate detailed inspection of the project site to determine the needs and conditions for the assessment of this project.

The IH shall be solely responsible for the management, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the project. The IH shall further provide meeting minutes for all meetings held under this survey project.

General Statement

All necessary reports, survey data, and other documents shall be prepared in MS Word, an updatable Excel database outlining the survey and management plan data for all buildings, and all necessary drawings shall be prepared in Revit, AutoCAD, and PDF. Two sets each of CD-ROM computer disks containing all reports, survey data, documents and drawings will be required for the final submission of the Survey Documents. This project will Conduct Asbestos & Lead Survey.

2. SURVEY DEVELOPMENT:

The IH firm shall:
a. Meet with Facilities, and other personnel prior to start of survey to determine detailed requirements of work involved.
b. Work from existing building and site drawings furnished by the VA to develop project report. (These are to be used only as guidelines);
c. Perform any necessary on-site field investigations to accomplish work and to verify drawings provided by the VA;
d. Prepare rough sketches, if necessary, to solve possible problems in design throughout the contract; and

EVALUATION FACTORS:

Selection Criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Each page cannot exceed 81/2 x 11 in size.

Qualifications (SF330) submitted by each firm for PROJECT NUMBER: 657A4-24-102 Conduct Asbestos & Lead Survey, John J. Pershing VA Medical Center will be reviewed and evaluated based on the following evaluation criteria listed below in descending order of importance:

1. PROFESSIONAL QUALIFICATIONS. The qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. IH firms shall have current certifications/licenses of the following: State of Missouri Asbestos Inspector license, State of Missouri Asbestos Management Planner license, State of Missouri Asbestos Air Sampling Professional license and State of Missouri Lead Inspector license.

2. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Provide sample inspection reports and management plans of previous work that is similar in scope and magnitude the proposed team has worked together on in the last five (5) years. Special emphasis will be given to any medical facility related projects. If the entire team has not worked together previously, provide detailed project information that each of the team members have worked on in the last three (3) years with special emphasis on medical facility projects. The project information should include project titles, a short scope of work, date of survey completion, date of report completion, firms involved, etc. The IH shall also describe if they have any experience completing a report that was started by another IH firm. Provide the project title, scope of work, date of survey start for this team, percentage of report when accepted by team and completion of assessment.

3. CAPACITY TO ACCOMPLISH THE WORK. The general workload and staffing capacity of the IH offices which will be responsible for the majority of the survey and the ability to accomplish the work in the required time will be evaluated. In accordance with VAAR 852.219-75(a)(1), prime contractors shall comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract.

4. PAST PERFORMANCE. NCO 15 will evaluate past performance on recent and relevant contracts with Government agencies (emphasis on VA work) and private industry in terms of construction cost estimating, cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Project past performances that are older than 3 years will receive a lesser score than those references for projects accomplished within the past 3 years.

5. LOCATION OF DESIGN FIRM. The geographic proximity of each firm to the location of the VA Medical Center will be evaluated. The medical center is located at 1500 N. Westwood Blvd, Poplar Bluff, MO 63901-3318.

6. CLAIMS AND TERMINATIONS. Provide documentation of significant claims against the firm or terminated contracts because of improper or incomplete IH services. Provide a detailed narrative of relevant projects within the last 5 years that have claims against the organization or have been terminated by the owner. Include the circumstances, cost, and schedule impacts to involved parties, and outcomes of the claims and/or terminations. They will be examined.

Attachments/Links
Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 29, 2024 03:35 pm CSTPresolicitation (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 >