Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 29, 2015 FBO #4904
DOCUMENT

R -- PT AIR MONITOR 3D AND 2D: PROJECT #528-11-101 - Attachment

Notice Date
4/27/2015
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Western New York Healthcare System;2875 Union Rd. Suite 3500;Buffalo NY 14215
 
ZIP Code
14215
 
Solicitation Number
VA52815Q0206
 
Response Due
4/30/2015
 
Archive Date
6/29/2015
 
Point of Contact
David Esmay
 
E-Mail Address
7-1460
 
Small Business Set-Aside
N/A
 
Description
Description/Specifications/Work Statement 1.Scope Of Services: The successful offeror will be required to provide testing facilities, materials, equipment, transportation and qualified competent personnel (Project Monitors, industrial hygienist technicians, and laboratory personnel) to perform quality assurance air monitoring and asbestos containing materials (ACM) testing during asbestos abatement activities for the following: a.Approximately 1,175 linear feet (LF) of asbestos contaminated pipe insulation on floor 3D of Building 1. The area is currently under full containment. b.Approximately 2,050 square Feet (SF) of mastic on Unit 3D of Building 1. The area is currently under full containment. c.Approximately 1,200 LF of asbestos contaminated pipe insulation on Unit 2D. The area is currently a general construction area and not under full containment. The abatement in this area will be done via tents, approximately twelve. The address of the facility is VA Medical Center 3495 Bailey Avenue, Buffalo, NY 14215. All services shall be performed in accordance with the latest Code Rule 56 standards for asbestos abatement monitoring and testing. The majority of the work will be conducted during normal business hours Monday through Friday 7:00AM to 3:30PM. It is anticipated that work will be required on two Weekends 7:00AM to 3:30PM to complete abatement in the PACU area of Unit 2D. The project start is anticipated to be commence o/a 5/6/15 and conclude by 6/5/15 with a total of 24 monitoring days. 2.Government Contracting Officer's Representatives (COR): If awarded this contract, you will receive a COR delegation letter with each COR's contact information. These individuals will be responsible for providing technical advice and site coordination. 3.Project Monitoring Services: a)The successful offeror shall furnish qualified competent personnel and appropriate resources to inspect the materials and workmanship being provided by the asbestos abatement contractors operating at VA medical center facilities under various government construction projects as well as monitor the air quality during asbestos abatement activities. The Project Monitor shall be responsible for performance of actions described herein and additional tests as required by the VA COR. b)The Project Monitor shall be on-site during all abatement activities. The successful offeror will be required to provide appropriate technical and/or professional personnel at the work site within 48 hours of a verbal or written request by the VA COR. c)The Project Monitor shall be responsible for collection of air samples as required per Code Rule 56 and NIOSH method 7400, Asbestos and Other Fibers by PCM. Final Clearance air samples will be collected in NIOSH Method 7402, Asbestos by TEM. The Project Monitor will contact the COR and/or VA IH anytime air monitoring results exceed the 0.01 outside the work area and immediately upon receipt of all final clearance results. d)The Project Monitor shall monitor all work and ensure that it is being performed in accordance with Abatement Contractor's work/safety plan that has been approve by the VA IH or Safety Manager, Code Rule 56, OSHA asbestos standards and EPA asbestos regulations.. e)The Project Monitor shall ensure that all abatement personnel possess abatement certification prior to entry into the work area. f)The Project Monitor shall maintain a chronological log of all events during the abatement project. The log will contain at least the following: i)Name of the firm and the certified air sampling technician performing the project air sampling, per workshift or day, for all a rea air samples collected. ii)Dates of project air sample collection, per workshift or day, of area air samples, with appropriate reference to the regulated abatement work area to which the air samples apply. iii)Sample locations sketch, identifying all project air sample locations, per workshift or day, of area air samples. If identical locations are utilized for each workshift or day, of area samples collected throughout a sub -phase of the asbestos project (IIA, IIB or IIC), only one sketch is required for all workshift or day of area samples collected for that specific sub-phase of the asbestos project. iv)The identifying information for each area air sample collected. v)Sampling time (24-hour clock) and duration for each area air sample collected. vi)Flow rate primary or secondary calibration device identification number, method of flow rate primary or secondary device calibration and date of last calibration, per workshift or day of area air samples. vii)Flow rate of sampling pumps with pre and post calibration listed for each area air sample collected. viii)Chain of custody for each workshift or day of area air samples. ix)Amount and type of asbestos material removed, number of bags of asbestos waste generated, and any issues/concerns identified and the corrective actions taken to abate the issues/concerns. g)The Project Monitor shall maintain frequent communications with the VA COR to outline project status as well as anticipated problems. h)The Project Monitor may be asked to confirm a contractor's estimate of quantities of ACM. 4.Site Conditions: Project monitoring services will be conducted at Building 1, Units 3D and 2D, 3495 Bailey Avenue, Buffalo, NY during asbestos abatement activities as described above in Section 1. 5.Written Reports: A detailed written report of all samples, surveys, map of sample locations, and findings must be submitted to the Contracting Officer and the VA COR within ten (10) days of each final clean air sampling date. Air Sampling Data Sheet must be approved by VA COR before work begins. This written report shall include the following information: a)Name of the firm and the certified air sampling technician performing the project air sampling, per work shift or day, for all area air samples collected. b)Dates of project air sample collection, per work shift or day, of area air samples, with appropriate reference to the regulated abatement work area to which the air samples apply. c)Sample locations sketch, identifying all project air sample locations, per work shift or day, of area air samples. If identical locations are utilized for each work shift or day, of area samples collected throughout a sub -phase of the asbestos project (IIA, IIB or IIC), only one sketch is required for all work shift or day of area samples collected for that specific sub-phase of the asbestos project. d)The identifying information for each area air sample collected. e)Sampling time (24-hour clock) and duration for each area air sample collected. f)Flow rate primary or secondary calibration device identification number, method of flow rate primary or secondary device calibration and date of last calibration, per work shift or day of area air samples. g)Flow rate of sampling pumps with pre and post calibration listed for each area air sample collected. h)Chain of custody for each work shift or day of area air samples. i)Amount and type of asbestos material removed, number of bags of asbestos waste generated, and any issues/concerns identified and the corrective actions taken to abate the issues/concerns. 6.Testing Services: The successful offeror shall be required to analyze VA collected samples using the methods and turnaround times contained in the Unit Price Book. Samples will be analyzed using NIOSH Method 7400, Asbestos and Other Fibers by PCM and NIOSH Method 7402 for TEM. Any bulk samples that are required to be analyzed for verification that abatement was complete will use NYS DOH ELAP 198.1, 198.6 or 198.4. The contractor shall bear all costs associated with transporting samples to the successful offeror's testing laboratory facilities as well as for all costs for transmitting test results. 7.Samples: a.Samples will be collected in accordance with Code Rule 56. b.The number of samples for any project may be modified at the direction of the VA COR, but cannot be less than the minimum number of samples required in Code Rule 56. c.Samples shall be collected prior to the start of asbestos abatement, during asbestos abatement, and after asbestos abatement in accordance with Code Rule 56. d.10% blanks or a minimum of two (2) blanks shall be collected for each day of sampling. 8.Deliverables: a.Deliverables are detailed written reports of all activities, inspections, samples, surveys, map of sample locations, and findings conducted or made by the successful offeror's professional and technical personnel. All deliverables will be submitted to the designated VA COR within the deadlines specified below. b.Types Of Deliverables and Deadlines: 1.Verbal Reports: Verbal notification of testing results shall be made to the VA COR (Industrial Hygienist) immediately upon any irregularities noted during testing. 2.Telefax/E-Mail Reports: Preliminary results shall be telefaxed or emailed to the VA COR within two (2) hours of test completion for all laboratory analyses requirements. 3.Written Reports: Written test reports shall be submitted to the designated Contracting Officer and the VA COR within ten (10) calendar days after each test is completed. All written reports shall be on forms and/or formats specified within this solicitation. Any variation from the requested format shall be subject to approval by the Contracting Officer and the VA COR. c.Sample analysis turnaround shall be measured from the time the sample collection is completed by the Air Sampling Technician. 9. Authorization And Payment For Services: a.Authorization for services performed under this Contract will be made using written Task Orders accompanied by Purchase Orders. b.The contractor shall not honor, nor will the Government make payment for, requests that are placed by persons having no contracting authority. The Contracting Officer is the only individual with contracting authority. 10. Invoices And Payment: a.Payment of services rendered under this contract shall be made in arrears as the work is completed and accepted and upon receipt of all required reports and a properly prepared invoice submitted by the contractor to the electronic invoice processing system described within this contract. b.Invoices shall reference the following information: 1.Contract number and task order number as well as the Purchase Order Number. 2.An accurate description of services rendered, including Type(s) of services rendered and dates of requested and rendered services, including a daily log of hours expended at the site. Cost data, including requested amounts, unit prices, extended totals and any other data for payment purposes will also be required. 11. Qualifications: a.General: The successful offeror must demonstrate that its Organization meets current codes and policies which comply with the requirements for project monitoring during asbestos abatements, testing and handling within current federal, state and local laws. b.Project Monitor: Project Monitor: Project monitor shall possess current certification by the state of New York and/or EPA which complies with the requirements for project monitoring and includes asbestos sampling. Proof of current certification shall be presented prior to contract award and performance of IH services. c.Laboratory Facilities: Testing Laboratories shall have and maintain a current accreditation with the American Industrial Hygiene Association (AIHA) and/or New York State Department of Health Environmental Laboratory Approval Program (NYS DOH ELAP). Proof of certification must be submitted to the VA contracting officer prior to contract performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52815Q0206/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-15-Q-0206 A00001 VA528-15-Q-0206 A00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2007083&FileName=VA528-15-Q-0206-A00001002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2007083&FileName=VA528-15-Q-0206-A00001002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Upstate New York VA Medical Center;3495 Bailey Ave.;Buffalo NY
Zip Code: 14215
 
Record
SN03712027-W 20150429/150427235121-4a03af85144f6fd9c401c4070f0b8a7b (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.