Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

C -- A/E Asbestos Assessment All Bldgs (Marion & Ft Wayne VA) 610-11-112

Notice Date
8/3/2010
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Veteran Affairs;VA Medical Center (90 CSC);1481 West Tenth Street;Indianapolis IN 46202
 
ZIP Code
46202
 
Solicitation Number
VA25110RP0271
 
Response Due
9/1/2010
 
Archive Date
12/9/2010
 
Point of Contact
Elizabeth Terhune, Contracting Officer
 
E-Mail Address
Elizabeth Terhune, Contracting Officer
(elizabeth.terhune@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This requirement is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This procurement is 100% set-aside for Service Disabled Veteran Owned Small Businesses. Applicable NAICS code is 541620 size standard $7 million. Description of work to be performed includes: The Architect/Engineer A/E firm shall provide all tools, equipment, material, labor and supervision necessary to furnish: required sampling, Draft Report (35% complete), Draft Final Report (65% complete), Final Report (100% complete), site visits, cost estimates, drawings, and all other related information for Project No. 610-11-112, Asbestos Assessment All Buildings (Marion and Fort Wayne VA Campus). Annual requirement for an environmental liability statement must be met by the Department of Veterans Affairs and this assessment will evaluate the liability the station carries. This project will update the station asbestos survey delivered in 1992-93 for Marion VA and in 1990 for Fort Wayne VA. The VA will supply historical documents that will allow the AE to determine a starting point for their assessment. The AE will review pertinent asbestos regulations along with the existing station asbestos plan, develop a gap analysis to cover areas not previously assessed and complete a new asbestos condition assessment. The new assessment will provide a location, material condition, quantity, and type for any asbestos not previously identified as well as verification of any asbestos that has been removed since the previous assessment. All accessible friable asbestos material shall be labeled with the Danger Contains Asbestos label in accordance with OSHA regulations. The report will recommend removal or maintenance for all asbestos on station based on both the records review and the new assessment. Any required asbestos sampling and testing will be a part of the assessment as will labeling of all friable asbestos in accordance with OSHA regulations. The assessment will require a random number of samples in each building depending on the number of homogeneous areas determined, and previous sample results, but the the AE is expected to provide a minimum of 300 samples and analysis. A written report will detail all of this information and will include details of both the existing and new asbestos to form a single, cohesive document. The AE will provide the document in written and electronic format to allow future updates by the station. The AE will develop and/or update drawings of all buildings that detail all asbestos contamination present, utilizing AutoCAD based drawings supplied by the station. All work will be in accordance with protocols mandated for such activities under 40 Code of Federal Regulation (CFR) 763 and other pertinent federal, state, and local regulations. The AE will furnish all labor, material, tools, equipment, and supervision necessary to perform the asbestos assessment (site drawings will be provided). Assessment will include all interior and exterior areas of buildings and outside areas where asbestos may be present. This will include but not limited to, roofs, attics, above suspended ceilings, accessible pipe chases, crawlspaces, above plaster ceilings (if accessible), all accessible interstitial spaces, penthouses, exterior surfaces and equipment, manholes, and underground tunnels. Completion time period is 224 calendar days after receipt of the Notice to proceed. Prospective firms shall address all selection criteria within submitted SF330 packages using additional pages as required. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1 as follows: 1. Professional qualifications necessary for satisfactory performance of required services. 2. Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. 3. Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. 4. Past record of performance on contracts with the Federal Government, Department of Veterans Affairs and private industry in terms of cost control, quality of work, and compliance with performance schedules 5. Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located (Geographical area is 250 driving mile radius of the Department of Veteran Affairs, Northern Indiana HSC, 1700 E. 38th St. Marion IN 46953). 6. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Prospective firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. The NAICS Code for this procurement is 541620 Engineering Services. The designated geographic area of consideration for this procurement is restricted to firms located within a 250 driving mile radius of the Northern Indiana HSC, 1700 East 38th Street, Marion, IN 46953. This procurement is 100% set-aside for Service Disabled Veteran Owned Small Businesses. Qualified firms are required to submit: 2 copies of Standard Form (SF) 330 (available at http://www.gsa.gov/forms), Part 1 and Part 2 to Richard L. Roudebush VA Medical Center, Attn: Elizabeth Terhune (90CSC), 1481 W. 10th Street, Indianapolis, IN 46202, no later than 4:30 p.m. EST, September 1, 2010. Outer envelope or packaging shall clearly indentify Solicitation number. Information can also be hand carried or submitted via commercial express service (NON US Postal mail) to VA Contract Service Center Building 7, ATTN: Elizabeth Terhune (90 CSC), 2669 Cold Spring Road, Indianapolis, IN 46222. Submission information incorporated by reference is not allowed. 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, telephone inquires will not be honored. No faxed or emailed forms will be accepted. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with required registration in the Central Contractor Registration (CCR) database prior to award of a contract (FAR 4.11). SDVOSBs shall register in the VetBiz registry at http://www.vetbiz.gov. After the evaluation of SF330 submissions in accordance with the evaluation criteria, three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. The contract is anticipated to be awarded in September 2010. The Government will not pay nor reimburse any costs associated with responding to this presolicitation request. The Government is under no obligation to award a contract as a result of this presolicitation announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25110RP0271/listing.html)
 
Place of Performance
Address: Department of Veteran Affairs;Northern Indiana HSC;1700 East 38th Street;Marion, IN
Zip Code: 46953
 
Record
SN02227170-W 20100805/100803235645-e5e38dd9e69c8f65eed1b02483429d63 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.