SOURCES SOUGHT
F -- Asbestos Removal, Disposal, and Air Monitoring for the Sherman Indian High School, Bureau of Indian Education, pursuant to the Buy Indian Act
- Notice Date
- 8/12/2011
- Notice Type
- Sources Sought
- Contracting Office
- BIA - OCFO-Western Division of Acquisition2600 N. Central Avenue, Suite 450 Phoenix AZ 85004
- ZIP Code
- 85004
- Solicitation Number
- A11PS01210
- Response Due
- 8/16/2011
- Archive Date
- 8/11/2012
- Point of Contact
- Santiago Almaraz Contract Specialist 6023793796 santiago.almaraz@bia.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- The Bureau of Indian Education, Sherman Indian High School, located in Riverside, California 92503, is seeking to identify potential sources pursuant to the Buy Indian Act who may possess the capability to perform Asbestos, Disposal, and Air Monitoring Services. This sources sought is not an issuance of a solicitation, a request forproposal, invitation for bid, or request for quote and the information presented in this announcement will notobligate the Bureau of Indian Education, Sherman Indian High School in any manner.This procurement is being considered for 100 percent set-aside under the Buy Indian program. If adequateinterest, sufficient supporting documentation is not received or documentation received is determined to beinsufficient in nature by technical acceptability, the solicitation may be issued under a small business set-aside orunrestricted basis without further notice or may be cancelled at any time. The estimated cost of this project is between $100,000 to $250,000. NAICS code is 562910. General Requirements: This requirement is for the removal, collection, transport, and disposal of asbestos containing materials (ACMs) such as carpeting, scrap metal, vinyl asbestos floor tile and mastic; glue-adhere acoustic ceiling tile; thermal insulation wrapping, including hot water tank, piping, and pipe fitting insulation; asbestos-insulated boiler tanks (entire boiler removal), boiler tank piping, boiler pipe insulation, ventilation ductwork, and vent pipe insulation from Sherman Indian High School, in Riverside, California. Air monitoring, including baseline, daily, and final clearance, shall be conducted throughout the removal process, and in accordance with the project plan that shall be developed prior to the commencement of field activities. This requirement includes replacement of flooring, ceiling tiles, and thermal systems insulation with non-asbestos containing materials, as well as the movement of furniture, light fixtures, and other articles as necessary, prior to removal, and following replacement of asbestos containing materials. Contractor will provide all aspects of project management, including coordination and scheduling of activities among subcontractors and facility personnel, and prepare and submit a final closeout report following project completion. Background and Introduction: Sherman Indian High School (SIHS, or the School) was established by the Bureau of Indian Affairs (BIA) in 1902 to provide off-reservation education for Indian Tribes of southern California and the southwestern United States. At that time and for many years thereafter, the school consisted of nine buildings. The School's museum is the only to have remained intact, and is eligible for listing on the national historic register. Construction of other buildings, including a medical center and vocational shop building in the late 1930's, dormitories in the 1960's, and a gymnasium, utility plant, and office building in the 1970's, allowed for greater enrollment of students from Indian reservations throughout the southwestern United States. The School remains owned and operated by the BIA, under jurisdiction of the Office of Indian Education Programs (OIEP) and Western Regional Office (WRO) of Facilities Management. Asbestos removal shall be conducted by a licensed, professional asbestos abatement contractor. Air monitoring and air sample evaluation is to be conducted by a licensed third party. All work must comply with Asbestos Hazard Emergency Response Act (AHERA) regulations as well as all other State, Federal, and local regulations concerning the removal of ACMs in school buildings. Statement of Work: The overall objective of this Scope of Work (SOW) is the removal of ACMs from SIHS and replace functional ACMs with non-asbestos containing materials, and to completely provide for all services and activities necessary to fully achieve this objective, including: project management, air monitoring, documentation and final reporting, furniture moving, waste disposal, worker safety, and installation/replacement of new flooring, ceiling tiles, and TSI. Impact to student affairs and reliance on SIHS facility management personnel for project oversight, coordination, and scheduling is to be minimized to the greatest extent possible. The Contractor shall be responsible for compliance with applicable Federal, State, and Local regulations pertaining to the work, including work practices, transportation and disposal of asbestos waste materials, protection of workers, visitors to the site, and persons occupying areas adjacent to the site. The Contractor shall be responsible for providing medical examinations and maintaining medical records of personnel as required by applicable Federal, State, and Local regulations. The Contractor shall hold the BIA and any designees of BIA harmless for failure to comply with applicable regulations, including those pertaining to work practices, transportation and disposal of asbestos waste materials, protection of workers, visitors to the site, and persons occupying areas adjacent to the site; on the part of himself, and his authorized personnel, and will bear all costs associated therewith. The Contractor shall abide by requirements that govern asbestos abatement work, transportation and disposal of waste material, including, but not limited to, the following: Federal Requirements: U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) requirements, including: - Asbestos; 29 CFR 1926.1101 - Occupational Exposure to Asbestos, Tremolite, Anthophyllite, and Actinolite; Final Rules; 29 CFR 1910, Section 1001 and Part 1926, Section 58 - Respiratory Protection; 29 CFR 1910 Section 134 - Access to Employee Exposure and Medical Records; 29 CFR 1910 Section 2 - Hazard Communication; 29 CFR 1910 Section 1200 - Specifications for Accident Prevention Signs and Tags; 29 CFR 1910 Section 145 - Occupational Exposure to Asbestos, Final Rule; 29 CFR 1910 U.S. Environmental Protection Agency (EPA), requirements, including: - Regulation for Asbestos; 40 CFR Part 61(A) - National Emissions Standard for Asbestos; 40 CFR Part 61 (M) - National Emissions Standards for Hazardous Air Pollutants (NESHAP); Final Rule 40 CFR Part 61, November, 1990. - Asbestos Abatement Projects; Worker Protection; Final Rule 40 CFR Part 763 State and Local Requirements: The Contractor shall abide by all State and Local requirements governing asbestos abatement work, including, but not limited to, air monitoring, transportation and disposal of asbestos waste materials. Notifications, Permits, Bonds, Licenses, Certificates: - Notifications: Submit all required notifications concerning the removal of ACM and comply with regulatory wait periods. - Permits: Obtain as required by regulatory agencies. - Bonds: Post as required by regulatory agencies - Insurance: As required by regulatory agencies - Licenses: Maintain current licenses as required by applicable jurisdictions for the: removal, transportation, and disposal or other regulated activity relative to asbestos work; Obtain applicable licenses as necessary from the Hopi Tribe Office of Revenue Commission and the Tribal Employments Rights Office. - Training Certificates: Effective November 20, 1991, a person trained in the provisions of the Asbestos NESHAP and the means of complying with it, is required to be on site when ACM is stripped, removed, or disturbed. Containment Construction Procedures: Containment areas shall be regulated using barrier tape or other methods of demarcation to ensure that unauthorized personnel do not enter the area. Friable ACMs are to be thoroughly wetted with an amended water solution before any significant work is accomplished. ACMs shall remain wet during the duration for the project to help reduce airborne dust and asbestos material. All workers shall don protective clothing and respiratory protection prior to entering containment areas. All polyethylene sheeting used for containment construction and critical barriers shall be a minimum of 6-mil (true) in thickness. All penetrations within containment areas will be sealed with two layers of 6-mil (true) polyethylene sheeting to prevent the migration of asbestos fibers outside of the containment area. Interested parties will submit the following information in their Statement of Qualifications (SOQs) orExpressions of Interest (EOIs):1) Business name, address, Socio-Economic classification.2) Clear evidence of the firm's experience (no more than 2 projects please) performing work of a similar type. Theexperience should be identified by: contract numbers, agency issuing the contract, project titles, dollar amountsand points of contacts (both contractor and customer) with telephone numbers, emails, addresses, etc. Indicate ifthe firm was a prime or subcontractor (if subcontractor on the project, provide prime contractor information).Description of services provided under the contract. If your firm has never contracted with the Federal Government as a prime contractor, or as a subcontractor to a prime Federal, provide specifics in terms of the largest customers of these services;3) A positive statement of their intention to submit an offer for the solicitation (if issued) as a prime contractor;4) Has your firm ever been terminated for cause or default from a contractual arrangement, whether Federal orprivate sector, as a result of failure to perform, poor quality and workmanship provided, etc.? If so, please providethe specifics;Firms are reminded of the requirement to register in the Central Contractor Registration (CCR) database(http://www.ccr.gov) and the Annual Representations and Certifications (http://orca.bpn.gov) as required by FAR4.1102 will apply to this procurement. Interested parties are encouraged to respond to this notice not later than 1:00PM Arizona Local Time on, Tuesday August 16, 2011. You may either email your response and any relevant information regarding specific performance or other qualifications regarding the professional services requested to Santiago Almaraz, Contracting Officer at santiago.almaraz@bia.gov. DO NOT SEND GENERIC HARD COPYADVERTISING OR PROMOTIONAL MATERIALS AS THEY WILL BE DISCARDED. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for a follow-up by this office or the procuring contracting officer. THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH. The government is conductingmarket research in accordance with FAR Part 10. All information is to be provided on a voluntary basis at nocharge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out ofresponses received by the Government from interested contractors. All information/materials provided to thegovernment will become the property of the Government and will not be returned. Proprietary information will becontrolled and secured. There is no guarantee, expressed or implicit, that the market research for this acquisition
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS01210/listing.html)
- Place of Performance
- Address: Riverside, CA
- Zip Code: 92503
- Zip Code: 92503
- Record
- SN02531991-W 20110814/110812235051-1fd28474aab8f13085f960685027de8e (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 |