Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2016 FBO #5278
DOCUMENT

F -- Project 578-15-059 Hazardous Material Abatement and the Application of Fire-stopping Materials and Replacement of Insulation Work - Attachment

Notice Date
5/4/2016
 
Notice Type
Attachment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Veterans Affairs;GLAC - Southern Tier Construction;3001 Green Bay Road;Building 1 Room 329;North Chicago, IL 60064
 
ZIP Code
60064
 
Solicitation Number
VA69D16N0792
 
Response Due
5/18/2016
 
Archive Date
6/17/2016
 
Point of Contact
Carmella L. Speer
 
E-Mail Address
Business
(carmella.speer@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE. NO SOLICITATION IS AVAILABLE. The purpose of this Sources Sought is to incorporate changes to the requirement that were not available when Sources Sought VA69D-16-N-0688 was posted to Federal Business Opportunities on 5 April 2016. The Great Lakes Acquisition Center is in the acquisition planning stage for Hazardous Material Abatement as well as Firestop Materials and Replacement of Insulation work on real property Indefinite Delivery Indefinite Quantity contract using NAICS code of 562910. The objective of this announcement is to identify any Small Business concerns with the capability to provide Hazardous Material Abatement as well as Firestop Materials and Replacement of Insulation work on real property. Preference will be given to Service Disabled Veteran Owned Small Business and Veteran Owned Small Business concerns with the capability to provide these services. (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Any response will be treated as information only for market research purposes. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by the Great Lakes Acquisition Center, North Chicago, Illinois for the purpose of collecting information about the interest and capabilities to provide asbestos abatement at the Edward J. Hines Jr. Veterans Affairs Hospital located in Hines, Illinois, Jesse Brown Veterans Affairs Medical Center located in Chicago, Illinois, and The Captain James A. Lovell Federal Health Care Center located in North Chicago, Illinois. This project shall include the following tasks but not be limited to the following: GENERAL DESCRIPTION: The contractor shall provide all labor, material, tools, equipment, transportation, and qualified supervision to perform Hazardous Material Abatement as well as Firestop Materials and Replacement of Insulation work on real property at the Edward J. Hines Jr. Veterans Affairs Hospital located in Hines, Illinois, Jesse Brown Veterans Affairs Medical Center located in Chicago, Illinois, and The Captain James A. Lovell Federal Health Care Center located in North Chicago, Illinois. Hazardous Material Abatement includes but is not limited to the following: Asbestos Abatement Lead Abatement Mold Abatement Firestop Materials and Replacement of Insulation work will be performed at the Jesse Brown Veterans Affairs Medical Center only. 1. Requirement is for an Indefinite Delivery/Indefinite Quantity contract consisting of one (1) twelve (12) month base period of performance and one (1) twelve (12) month optional period of performance. 2. During the contract period, Task Orders (TO's) will be developed by the individual Veterans Affairs (VA) facility and issued by the Contracting Officer. The Government has the right to withdraw a proposed TO before acceptance by the Contractor. 3. The offeror/contractor shall furnish all materials, equipment, labor, tools and qualified supervision necessary to accomplish each TO. TO's will involve Abatement of Hazardous Materials for all three facilities and Firestop Materials and Replacement of Insulation for JBVAMC only. TO's will vary in size and dollar amounts, and shall be performed in accordance with (but not limited to) SECTION VA 02 82.11, 13.13, 13.19, 13.21, 13.31, 13.41, and VA 02 83.33.13 "VA MASTER CONSTRUCTION SPECIFICATIONS"; however, informal (shop) drawings, incidental to the job, and reflecting the plan of action and the completed project, may be required. (e) For purpose of establishing the rough anticipated order of magnitude for this procurement, the following values are provided; subject to change at time of solicitation if one is released: 1. Minimum Value: The guaranteed minimum which will be required under this contract, and which will be initiated by one or more task orders will not be less than $15,000.00 for the contract period. 2. Maximum Value: The estimated maximum dollar value is $1,490,000.00. The total contract value is $1,490,000.00. (f) Responses to this sources sought notice must include the following information: 1. The contractor MUST be licensed in the State of Illinois for all forms of Hazardous Material Abatement. The contractor MUST be registered with the Illinois Department of Public Health. The contractor MUST show proof of OSHA/EPA Supervisor and Employee training for all personnel. 2. The contractor shall obtain all necessary licenses and/or permits required to perform this work and provide them to the Contracting Officer prior to award. Failure to submit the requested documentation maybe grounds for cancellation/or termination. 3. The contractor shall take all reasonable precautions necessary to protect persons and property form injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract, that is caused by the contractor's employee's fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Illinois. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder, with regard to any claims, loss, damage, injury and liability resulting there from. 4. Provide support staff and backup capacity to provide adequate level of support throughout the performance of contract work. 5. General information about your company including name, address, contact person, phone number, email address(s), DUNS number and company website if available. Contractor must be registered in System for Award Management (SAM). VetBiz/CVE registration is required for any firm asserting Veteran Owned Small Business or Service Disabled Veteran Owned Small Business status. 6. Type of business such as Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, 8(a), Small Business, Women-Owned Small Business, Hub Zone Small Business, Small Disadvantaged Business, large business, etc. must be provided. Responses shall be provided via email to the Contracting Specialist at carmella.speer@va.gov no later than 2:00 PM CST, Wednesday, 18 May 2016. QUESTIONS WILL NOT BE ENTERTAINED AS THIS IS SOURCES SOUGHT NOTICE ONLY. No solicitation document is available at this time. This is not intended to serve as a pre-solicitation notice. This is a sources sought notice for market research purposes only. Vendors interested in providing an offer will have to respond to a solicitation announcement that shall be published separately if one is released.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D16N0792/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-16-N-0792 VA69D-16-N-0792.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2713786&FileName=VA69D-16-N-0792-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2713786&FileName=VA69D-16-N-0792-000.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: 5000 South 5th Ave;Hines, IL
Zip Code: 60141
 
Record
SN04105224-W 20160506/160504234247-036d325784b2f39d8019430d5b92f746 (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.