DOCUMENT
R -- WARD C AIR MONITORING - Attachment
- Notice Date
- 9/13/2012
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Western New York Healthcare System;BATAVIA VAMC, ATTN: SABRINA BRINKMAN;RM 106C, BLDG 2, 222 RICHMOND AVENUE;Buffalo NY 14215
- ZIP Code
- 14215
- Solicitation Number
- VA52812Q0814
- Response Due
- 9/20/2012
- Archive Date
- 11/19/2012
- Point of Contact
- SABRINA BRINKMAN, CONTRACTING OFFICER
- E-Mail Address
-
SABRINA.BRINKMAN@VA.GOV
(Sabrina.Brinkman@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The Department of Veteran Affairs, Western New York Health Care System, 222 Richmond Avenue, Batavia, NY 14020 anticipates soliciting bids and consequently awarding a contract for the construction project known as the "Ward C Air Monitoring". The solicitation will be conducted in accordance with Part 13 Simplified Acquisition Procedures and will be evaluated in accordance with the procedures therein. The solicitation will be advertised as a Total Set-Aside for Small Business. The estimated magnitude of construction is less than $25,000. The North American Industry Classification System (NAICS) code for this procurement is541220-Engineering Services, with a size limit of $14.0 million. The contractor shall furnish all labor, materials, equipment, supervision, supplies, travel, etc to perform all work under this project which consists of: to monitor air quality during abatement work, provide clearance results upon completion, conduct the required project monitor site inspections, and maintain the appropriate records as established in 12 NYCRR Part 56 for the VA WNY Health Care System at Batavia - Building #1, 2nd floor C-ward. All work must meet all applicable local, state, federal codes, rules, regulations and practices. B.Visits to the site by Bidders may be made only by appointment with the Contracting Officer. VA Engineering will render certain technical services during construction. Such services shall not be construed as expressing or implying a contractual act of the Government without affirmations by Contracting Officer. D.Before placement and installation of work subject to tests by testing laboratory retained by Department of Veterans Affairs, the Contractor shall notify the C.O.T.R. in sufficient time to enable testing laboratory personnel to be present at the site in time for proper taking and testing of specimens and field inspection. Such prior notice shall be not less than three work days unless otherwise designated by the C.O.T.R. E.All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access. F.Prior to commencing work, contractor shall provide proof that an OSHA certified "competent person" (CP)per 29 CFR 1926.20(b)(2). CP will maintain a presence at the work site whenever the abatement contractors are present. G.Training: 1.Beginning July 31, 2005, all contractor employees and their subcontractors shall have the 10-hour OSHA certified Construction Safety course. The contractor's CP will require the 30-hour OSHA certified Construction Safety course. 2. EPA Asbestos Project Design training is required for all contractor employees developing and submitting asbestos abatement design documents. 3. EPA Asbestos Project Monitor training is required for all contractor employees conducting air monitoring and/or visual inspections. 4. CONTRACTOR TO HAVE EPA PROJECT MONITOR COURSE CERTIFICATION AND OSHA 30 HOUR CERTIFCATION IN ORDER TO BE AWARDED CONTRACT. 5.Submit training records of all such employees for approval before the start of work. H.CODES AND REGULATIONS 1. GENERAL APPLICABILITY OF CODES, REGULATIONS AND STANDARDS Except to the extent that more stringent requirements are written directly into the contract documents, all applicable code, regulations and standards have the same force and effect (and are made a part of the contract documents by reference) as if copied directly into the contract documents, or as if published copies are bound herewith. 1.2 STATEMENT OF BID ITEM(S) A. MOBILIZATION AND DEMOBILIZATION B. AIR MONITORING CONTRACTOR IS TO PROVIDE A LUMP SUM PRICE FOR THE AIR MONITORING OF WARD C. 1.3 SCOPE OF WORK MOBILIZATION AND DEMOBILIZATION The CONTRACTOR shall supply all supervision, labor, equipment, materials, and incidentals required to complete the work outlined in this section unless specified otherwise. The Work under the project includes, but is not limited to, the following: 1)Provide all mobilization and demobilizations services such as setting up a work facility including, but not limited to: a shop, storage area, office, sanitary facilities, services, etc. as required by local and/or state laws and regulations. The mobilization work associated with the facilities mentioned shall be done in a safe and workmanlike manner and shall conform to all pertinent state and local laws and regulations. 2)The Medical Center must maintain its operation 24 hours a day 7 days a week. Therefore, any interruption in service must be scheduled and coordinated with the COTR to ensure that no lapses in operation occur. It is the CONTRACTOR'S responsibility for the development of a work plan/schedule in collaboration with the COTR to mitigate any impacts. 3)Coordination of the work of subcontractors and its impact on other contractors on site concurrently. B. ABATEMENT PROJECT DESIGN/MONITORING I. Project Services 1.Review and approve asbestos abatement contractor submittals. 2.Provide clarification regarding asbestos abatement design and flooring demolition scope issues. 3.Provide a Project Monitor 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 or TEM. The Project monitor performs monitoring and inspections in accordance with 12 NYCRR Part 56. 4.The Project Monitor will be available to consult with abatement contractor and VAMC Batavia throughout the course of the project. 5.All documentation, inspection results and testing results generated by the Project Monitor will be provided as it is generated and the end of the project in a close out binder and will be available to the abatement Contractor for information and consideration. 6.The monitoring and inspection results of the Project Monitor will be used by the VA to issue any Stop Removal orders to the Contractor during abatement work and to accept or reject a regulated area or building as decontaminated. 7.Upon completion of all preparatory work, the Project Monitor will inspect the work and systems and will notify the VA's representative when the work is completed in accordance with this specification, the contractor will be given notice to proceed. 8.Project Monitor will ensure asbestos abatement Contractor complies with their submitted and approved Safety and Operations Work Plan. Compliance with the regulatory requirements of 29 CFR 1926.1101 is mandatory. Any aspect of asbestos abatement not directly addressed in the Safety and Operations Work Plan will be done in accordance with 12 NYCRR 56. Deviations from the established regulatory procedures of 12 NYCRR 56 and OSHA require the approval of the VA Representative and the Project Monitor. 9.The Project Monitor will perform a thorough and detailed visual inspection after each phase of cleaning to determine whether there is any visible residue in the regulated area. If the final visual inspection is acceptable, the Project Monitor will perform clearance sampling using aggressive clearance as detailed in 40 CFR 763 Subpart E (AHERA) Appendix A(III)(B)(7)(d) unless other methods are approved by the VA Representative and the Project Monitor. 10.The project Monitor will compile project records during the course of the work and develop a project records manual that will document all phases of the work. The manual will be bound and will include but not be limited to the Projects Monitor's records, air sampling records and quantity of material actually removed. Three (including one for the Contracting Officer) copies of the manual will be provided to VAMC Batavia. 11.Project Monitor will attend progress meetings at VAMC Batavia when requested. Include 1 in meeting fee quotation. III.Air Sampling and Analysis 1.Project Monitor will employ the services of an AIHA accredited laboratory to perform analysis of the air samples. Samples analysis results should be received within 24 hours. A complete record, certified by the laboratory, of all air monitoring tests and results will be furnished to the COTR and the asbestos abatement Contractor. 2.Air samples shall be analyzed using Phase Contrast Microscopy (PCM) in accordance with NYSDOL Industrial Code Rule 56 and NIOSH method 7400 except final clearance air samples which will use Transmission Electron Microscopy (TEM). 3.Turn-around time for laboratory analysis of area air samples shall not exceed 24 hours. Copies of all area air monitoring results shall be immediately transmitted to the VA or their Representative. 4.If final air clearance is unsatisfactory, the Construction Contractor shall be responsible for re-cleaning the area and for any and all costs incurred for additional air monitoring. 5.The solicitation documents including specifications and will be issued on or about September 13, 2012 and will be posted on Federal Business Opportunities. This date is subject to change. Hard copy documents including drawings will not be available - all documents for bidding purposes will be posted at this website for download. Site visit information will be provided upon issuance of solicitation. Only one site visit is planned. Bids will be due 30 days after issuance of the solicitation unless extended by amendment. This notice is for informational purposes only and is not a request for a submission of offers. The Government is not obligated to issue a solicitation as a result of this notice. No other information is available until issuance of the solicitation. No phone calls please. Send any inquires to Sabrina.Brinkman@va.gov after issuance of the solicitation. (no other information is available until after issuance of the solicitation). No bidders list is maintained. All potential bidders should register on www.fbo.gov if interested in this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52812Q0814/listing.html)
- Document(s)
- Attachment
- File Name: VA528-12-Q-0814 VA528-12-Q-0814 FBO NOTICE.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=476143&FileName=VA528-12-Q-0814-002.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=476143&FileName=VA528-12-Q-0814-002.doc
- File Name: VA528-12-Q-0814 VA528-12-Q-0814 FBO NOTICE.HTM (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=476144&FileName=VA528-12-Q-0814-003.HTM)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=476144&FileName=VA528-12-Q-0814-003.HTM
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-12-Q-0814 VA528-12-Q-0814 FBO NOTICE.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=476143&FileName=VA528-12-Q-0814-002.doc)
- Record
- SN02881439-W 20120915/120914000954-5a5c6a4a4bb43298ed2f523596aabbf5 (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 |