Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 24, 2023 SAM #8062
SOURCES SOUGHT

F -- 657A4-24-102, Conduct Asbestos and Lead Survey (VA-24-00033733)

Notice Date
12/22/2023 10:04:53 AM
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25524Q0105
 
Response Due
1/4/2024 12:00:00 PM
 
Archive Date
04/03/2024
 
Point of Contact
Lucia Cowsert, Contract Specialist, Phone: (913) 758-9912
 
E-Mail Address
lucia.cowsert@va.gov
(lucia.cowsert@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Title: Conduct Asbestos & Lead Survey Solicitation Number: 36C25524Q0105 Contracting Office: Network Contracting Office 15 Contracting Office Location: 3450 S 4th Street Traffic way, Leavenworth, Kansas DESCRIPTION Type of Notice: Sources Sought Posted Date: 12/22/2023 Response Date: 1/4/2024 at 2:00 PM Central Time Set Aside: Service-Disabled Veteran Owned Small Business Classification Code: F115- Environmental Systems Protection - Environmental Consulting and Legal Support NAICS Code: 541620 Environmental Consulting Services Synopsis: Please note that this is NOT a request for SF330's or proposals, the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents. The Department of Veterans Affairs Network Contracting Office (NCO) 15, is conducting a market survey for qualified: Service-Disabled Veteran Owned Small Businesses (SDVOSB), capable of providing the required services outlined below for the VA Medical Center located in Saint Louis, Missouri. The applicable NAICS code is 541620 Environmental Consulting Services and the size standard is $19.0 Million. Responses to this notice must be submitted via e-mail and received no later than January 4, 2024, at 2:00 PM Central Time. No telephone inquiries will be accepted or returned. Additional information about this project will be issued on the Federal Business Opportunities website https://www.fbo.gov once available. Anticipated time for completion of survey reports is 180 calendar days including time for VA reviews. Prospective SDVOSB firms are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.219-14(e)(5), the Contractor agrees it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded. SCOPE OF DESIGN/CONSTRUCTION PROJECT: Certified Industrial Hygienist (CIH) services are required for the preparation of an asbestos and lead survey, including reports and recommendations for abatement and remediation for the VA Medical Center, Poplar Bluff, MO. Contractor shall perform Full comprehensive (Qualitative and Quantitative) asbestos and lead building inspection to identify all asbestos and lead containing materials, including those within spaces that are typically considered inaccessible by the general public, which are likely to be disturbed in the course of any and all future construction and renovation activities. Examples of inaccessible spaces are to include vertical pipe chases, wall chases, and above ceilings to include hardpan and drop ceilings. Every area within the facility should be field verified by the consultant. Contractor shall prepare and furnish a comprehensive asbestos management plan, complete with recommendations and cost estimates for any prescribed asbestos remediation response actions. The complete facility should be initially subjected to a complete visual and records survey and evaluation. Conduct bulk sampling and evaluation of areas in accordance with the requirements below. Conceptual cost estimates are required for all survey recommendations. All asbestos and lead inspection and management plan work shall be performed in accordance with standard EPA-AHERA protocols for training, sampling, laboratory analysis and reporting requirements; however, that work shall include assessment and consideration of those spaces which are not readily accessible by the general public but may be impacted by future planned construction and/or renovation activities. The list of buildings to be surveyed is as follows: Building Information Building Number Number of Floors Gross Sq. Ft. 1 Main Hospital 7 181,569 1950 5 FMS 1 6,377 1950 6 IRM 1 4,282 1950 7 Boiler Plant 2 5,325 1950 8 Facilities Man. 1 8,007 1950 11 Gas Meter House 1 20 1950 20 Switchboard Building 1 588 1950 23 Warehouse 1 6,570 1982 N/A Steam Tunnel 1 817 1950 Total 212,967 GSF Interested firms must be registered in https://sam.gov with this NAICS code and qualified as a Service Disabled Veteran Owned small business under this NAICS code. Qualified service-disabled veteran owned small businesses are encouraged to respond and required to be registered in with the Small Business Administration (SBA) registry https://veterans.certify.sba.gov on or before the response date. In order to be considered, the A/E must have a working office located within the John J. Pershing VA Medical Center located at 1500 North Westwood Blvd., Poplar Bluff, Missouri 63901-3318. The proximity of each firm which would provide the professional services and familiarity with the area in which the project is located. The response to this notice shall be in summary format and shall not exceed ten (10) total pages and include the following: Company name, Unique Entity ID, verification of social economic category (SDVOSB), address, point of contact, telephone number and email address, sample information on same or similar type projects completed. No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. There is no guarantee, expressed or implicit, that market research for this acquisition will result in a particular set-aside, or any other guarantee of award or acquisition strategy. Responses must be received by 2:00 PM Central on January 4, 2024 via e-mail to the Contract Specialist at lucia.cowsert@va.gov and the Contracting Officer at Paul.Dixon@va.gov. PLEASE REFERENCE ""SOURCES SOUGHT: Project 657A4-24-102, Conduct Asbestos & Lead Survey"" IN THE SUBJECT LINE and cover sheet. Respondents will not be contacted regarding their submission or information gathered as a result of this Sources Sought notice. Interested firms shall be required to respond to additional announcements separately from this announcement without further notice from the Government when posted to the Contract Opportunities website at https://beta.sam.gov/. The Contract Opportunities website is the only official site to obtain these documents. Contracting Office Address: Department of Veterans Affairs; Network 15 Contracting Office; 3450 S. 4th Street, Leavenworth, KS 66048 Point of Contact(s): Paul Dixon Jr, Contracting Officer, e-mail address: Paul.Dixon@va.gov Lucia Cowsert, Contract Specialist, e-mail address: Lucia.Cowsert@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0885979ccf8746d7b5a3397824d1f21a/view)
 
Place of Performance
Address: John J. Pershing, VA Medical Center 1500 North Westwood Blvd, Poplar Bluff 63901, USA
Zip Code: 63901
Country: USA
 
Record
SN06921150-F 20231224/231222230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.