Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2017 FBO #5628
DOCUMENT

F -- Sources Sought ONLY for Asbestos Abatement Remediation Services - Attachment

Notice Date
4/19/2017
 
Notice Type
Attachment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217N0548
 
Archive Date
5/19/2017
 
Point of Contact
Ms. Mitchelle Labady
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Veterans Affairs New York Harbor Healthcare System, Manhattan Campus, has an anticipated requirement for asbestos abatement services outlined in the attached Statement of Work (SOW). The Department of Veterans Affairs Network Contracting Office (NCO) 2 is conducting a market survey in search of responsible sources in order to determine the acquisition strategy for this potential procurement. The North American Industry Classification Systems (NAICS) Code for this requirement is 562910 (Remediation Services) specifically Asbestos Abatement Services. The Small Business Administration (SBA) size standard for this NAICS Code is $20.5 million. The asbestos abatement services will take place at VA New York Harbor Healthcare System (NYHHS) Manhattan Campus, 423 E. 23rd Street, New York, NY. The complete requirement is outlined in the attached SOW. Interested parties are advised that in keeping with the Veterans First Contracting program under 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70 and VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, if the Contracting Officer has a reasonable expectation that two or more small business concerns owned and controlled by Service-disabled veteran-owned small business (SDVOSB) concerns are capable of meeting the requirement for a fair and reasonable price that offers the best value to the United States, the requirement will be set-aside for SDVOSB concerns. If an SDVOSB set-aside is not appropriate, the requirement will be evaluated to determine whether a Veteran Owned Small Business (VOSB) set-aside is appropriate.   The term SDVOSB / VOSB under the Veterans First Contracting program has the same meaning as defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program SDVOSB and VOSB concerns must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under Veterans First Contracting Program set-asides.   If capability packages are received from at least two (2) capable small business firms that meet the NAICS code small business size standard - in the following order of preference - this requirement will be set aside accordingly: 1. SDVOSB 2. VOSB 3. Other capable small business firms Eligible parties are required to provide the following capability information to the Contract Specialist, Ms. Mitchelle Labady:   - Professional Qualifications necessary for the satisfactory performance of the required services outlined in the attached SOW - Capability to accomplish the work in the required timeframe - Minimal five (5) references with a description of work completed for a Government agency or private industry of equivalent complexity to the required services. The names of the appropriate Point of Contact (POC) and their contact information (telephone numbers and email addresses). - DUNS number - Business Size (Large/Small) under NAICS Code 562910 - Business Socio-Economic Status (SDVOSB, VOSB, WOSB, 8(a), HUB Zone, etc.) - Copy of VIP showing verified status - Estimated cost of the required services Responses to this notice must be submitted in writing via (email) and must be received not later than Friday, April 28th at 3:00PM, email: Mitchelle.Labady@va.gov. It is the responsibility of the responder to ensure the timely delivery of their capability packages. No telephone inquiries will be accepted. Please review the attached SOW, compile all questions or requests for information (RFI s) in one (1) email and submit to Mitchelle.Labady@va.gov. Responses to this notice will be used by the Government to make appropriate acquisition decisions. If your firm is a Service-Disabled Veteran Owned, you must be VERIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov ).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217N0548/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-N-0548 VA242-17-N-0548.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3430411&FileName=VA242-17-N-0548-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3430411&FileName=VA242-17-N-0548-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04477377-W 20170421/170419234453-7fc526fb6442711d3191c8d71b93c9fc (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.