SOLICITATION NOTICE
99 -- Abatement of asbestos containing materials located at the Building 3, George Wahlen VAMC, Salt Lake City, UT under project no. 660-328.
- Notice Date
- 11/30/2010
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of Veterans Affairs;Rocky Mountain Network;VISN 19 Contracting;4100 E. Mississippi Avenue, Suite 610;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25911RP0043
- Response Due
- 1/3/2011
- Archive Date
- 4/3/2011
- Point of Contact
- H. Reb Conn
- E-Mail Address
-
04-3571<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- VISN 19 Contracting located at 4100 E. Mississippi Street, Glendale, CO 80246 is soliciting offers from experienced and qualified Service Disabled Veteran Owned Small Businesses to provide all necessary labor, materials, services, equipment to perform remediation services for ABATEMENT OF ASBESTOS CONTAINING MATERIAL LOCATED IN THE VA MEDICAL CENTER RENOVATION PROJECT 660-328, BUILDING 3 EXPAND MENTAL HEALTH CARE BEDS at the George Wahlen VA Medical Center, Salt Lake City, UT under project no. 660-328. The work involved in this project will be performed in Building 3, 2nd floor, A Zone (west wing) on the VA Medical Center SLC campus. The project will be phased to accommodate the needs of the VA. Phase 1 will consist of removing approximately 4100 gross square feet of floor compound/mastic (8% chrysotile). Phase 2 will consist of removing approximately 5700 gross square feet of floor compound/mastic (8% chrysotile). In both cases the interior walls and/or suspended ceilings in select areas will be removed. In some areas, mastic has been used to secure floor tile or carpet. Also, leveling compound has been placed on top of floor tile and must also be removed. In Phase 1 duct sealant will need to be removed (12% chrysotile). The duct appears to extend from the penthouse mechanical room, through the 2nd and 1st floor, and terminate in the ground floor. In Phase 2 asbestos saddles will have to be removed from a 6" abandoned water line (8% amosite). Oversight services are not included in this scope of work. All ACM will be properly contained and hauled to an approved waste facility. Workers compensation and asbestos liability insurance coverage are to be incorporated in the cost. Proper environmental engineering and fiber control procedures shall be followed at all times. All work will be performed in accordance with Federal and State regulations by an AHERA-trained and medically fit work force. All required notification and permits will be acquired from the State of Utah DAQ/EPA The estimated project cost range is between $ 25,000 and $ 100,000. The VA is issuing this Request for Proposals in accordance with FAR Part 15 as a Lowest Priced Technically Acceptable (LPTA) best value to the Government. Proposals will be evaluated and award will be made on the basis of the offeror meeting the minimum standards which are stated within the following evaluation criteria and the lowest overall price: Technical Capability - describe the education, training, and experience of your abatement crew and supervisor as it relates to their ability to perform a job of this size and scope. All proposed abatement crew and supervisor shall have the minimum education, training and experience as is normally expected of a company actively providing services in the asbestos remediation industry. All offerors shall include a copy of their current state license for asbestos abatement with their proposals. Past Performance/References - All offerors shall provide the names, addresses and phone numbers of at least three previous customers on jobs of similar size and scope within the past 2 years in order that the VA may assess the level of competence demonstrated on these jobs. All three references must provide a favorable reference check to the Government. Schedule - provide a project schedule which indicates that the entire project shall be complete in no more than 30 calendar days from receiving a Notice to Proceed. Price - provide an itemized cost proposal showing all materials as well as quantities and unit pricing for each item. Provide hours for each trade along with their hourly wage rate. Also provide amounts for supervision, equipment, mobilization, subcontractors, profit, overhead, bonds and any other direct cost that comprises the total proposed amount. In accordance with P.L.109-461, this acquisition is restricted to Small Business Concerns Owned and Controlled by Service Disabled Veterans (SDVOSBs). NAICS Code 562910, which is for Asbestos Remediation services. The small business size standard for this NAICS is $14 million. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, prior to receiving an award of a contract under this SDVOSB set- aside. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. Solicitation documents should be available electronically on or about December 20, 2010 at the FedBizOpps website at http://www.fedbizopps.gov. NO HARD COPIES OF THIS SOLICITATION WILL BE ISSUED. A site visit and pre-proposal conference is tentatively scheduled for December 22, 2010 at 10:00 AM Mountain Time at the theatre of Bldg 9 of the George E. Wahlen VA Medical Center, at 500 Foothill Blvd, Salt Lake City, UT 84148. Prospective offerors are encouraged to attend this site visit to familiarize themselves with the project, project site and conditions which may affect your proposal. Upon review of the solicitation documents, prospective offerors are encouraged to provide questions and comments in writing in regards to the solicitation documents prior to the scheduled site visits. Solicitation number VA-259-11-RP-0043 has been assigned and should be referenced on all correspondence regarding this announcement and solicitation. Interested firms are reminded that in accordance with FAR Part 4.11, prospective contractors are required to have an active registration in the Central Contractor Registration (CCR) and in accordance with FAR part 4.12, prospective contractors must complete electronic on line annual representations and certifications (ORCA) database prior to award of a contract. Both may be accessed at the Business Partner Network (BPN) website at http://www/bpn.gov/. All SDVOSBs submitting an offer must be registered and will be verified by the Contracting Officer in the VetBiz Information pages located at http://vip.vetbiz.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25911RP0043/listing.html)
- Place of Performance
- Address: Building B.3 George Wahlen VA Medical Center;Salt Lake City, UT
- Zip Code: 84148
- Zip Code: 84148
- Record
- SN02335124-W 20101202/101130233917-8708a65bfd5b97e7525e2183a47a6d05 (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 |