DOCUMENT
H -- INDUSTRIAL HYGIENE SERVICES - Attachment
- Notice Date
- 12/19/2013
- Notice Type
- Attachment
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Janica Francis-Hunter (90C);Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
- ZIP Code
- 29403-5799
- Solicitation Number
- VA24714I0185
- Response Due
- 12/27/2013
- Archive Date
- 1/1/2014
- Point of Contact
- Janica Francis-Hunter (90C)
- E-Mail Address
-
H
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT NOTICE Industrial Hygiene Services SAFETY SERVICE DESCRIPTION: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis only. Questions should be submitted by email to Janica.Francis@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS 541620, Environmental Consulting (size standard $14 Million). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the FBO website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. SPECIFIED REQUIREMENT: Network Contracting Office 7, Charleston, SC is seeking sources for a potential contractor to perform the following type of service: Ralph H. Johnson (RHJ) VA Medical Center and six Community Outpatient Based Clinics and eight Administrative Facilities have various IH services which must be contracted out throughout each fiscal year on an as needed basis. These services include indoor air quality (mold spore trap or direct exam testing/analysis/culture), lead air monitoring, lead chip/wipe testing/analysis, asbestos air samples and air clearance monitoring/testing (PLM & TEM) and asbestos bulk sampling/inspection. All CIH, Certified Asbestos Inspector, Indoor Air Quality Professional, federal rate mileage/travel costs and hourly rate will be included in each IH service provided. Sampling will be requested to satisfy requirements set forth by the EPA Asbestos Hazard Emergency Response Act (AHERA), the National Emissions Standards for Hazardous Air Pollutants (NESHAP), the South Carolina Department of Health and Environmental Control (DHEC) Asbestos Standard 61-86.1. RHJ Center Policy Memorandum, No. 003SFT-12-11, Asbestos Exposure & Management Plan. The contractor shall perform IH monitoring/testing/analysis on as needed/requested basis for the various needs of the medical center to include asbestos, lead, mold. Prior to each monitoring/testing/analysis the contractor must provide a cost estimate for the requested tasks(s). Projected quote is preferred. Service shall be provided within two working days of accepted quote. The contractor shall perform following potential samples: a.Asbestos Air Monitoring b.Asbestos Bulk Sampling (ie. ACM on Floor Tile, Mastic, Pipe-Insulation) c.Mold/Spore Trap/Culture Testing d.Direct Exam/Culture Testing e.Lead Air Monitoring f.Lead Paint Chip Testing Perform all IH sampling for RHJ VA Medical Center, CBOCs or Administrative Facilities a.All samples shall be analyzed by a laboratory accredited by AIHA. b.Each sampling session will be conducted during normal business hours, Monday thru Friday 8 AM thru 4:30 PM. Each sampling request will be scheduled with Christina A. Delp, Industrial Hygienist, who will serve as the contracting officer's technical representative (COTR). c.Upon receipt laboratory results shall be emailed directly to the COTR immediately. REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief description, five (5) pages or less, that demonstrates how your company has the supervision, facilities, labor and experience to provide quarterly microbiological testing in pharmacy infusion room in accordance with USP 797. Include past experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability to start date and your address. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please (i) NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Responses must be emailed to Janica.Francis@va.gov no later than 1:00pm EST, Friday, December 27, 2013. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above. Please place "Attention: Microbiological Testing" in the subject line of your email. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24714I0185/listing.html)
- Document(s)
- Attachment
- File Name: VA247-14-I-0185 VA247-14-I-0185.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1134724&FileName=VA247-14-I-0185-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1134724&FileName=VA247-14-I-0185-002.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-14-I-0185 VA247-14-I-0185.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1134724&FileName=VA247-14-I-0185-002.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Ralph H Johnson VAMC;109 Bee Street;Charleston, SC
- Zip Code: 29403
- Zip Code: 29403
- Record
- SN03255599-W 20131221/131219235030-50541e35dc399208c77015bd1cb5c2ca (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 |