Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2014 FBO #4533
SOLICITATION NOTICE

C -- ASBESTOS SURVEY AND INVENTORY OF DESIGNATED BUILDINGS

Notice Date
4/21/2014
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Veterans Affairs;Philadelphia VAMC;Acquisitions;3900 Woodland Avenue;Philadelphia PA 19104-4551
 
ZIP Code
19104-4551
 
Solicitation Number
VA24414I0734
 
Response Due
5/9/2014
 
Archive Date
6/8/2014
 
Point of Contact
William Ganter
 
E-Mail Address
ement
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a Pre-Solicitation Notice for the following services under Request for Information VA244-14-I-0734, Engineer Consulting Services for Asbestos Survey / Inventory, Philadelphia Veterans Affairs Medical Center (PVAMC), 3900 Woodland Ave., Philadelphia, PA 19104. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. In accordance with FAR 36.602-5 and VAAR 836.602-5, Short Selection procedures shall be used to select a firm for a contract not expected to exceed the Simplified Acquisition Threshold. The Philadelphia Veterans Affairs Medical Center (PVAMC) is seeking information on eligible Service Disabled Veteran Owned Small Businesses (SDVOSB) concerns whose primary NAICS Code 541620 Environmental Consulting Services in order to provide the PVAMC with a comprehensive asbestos survey and asbestos inventory of designated buildings and the development of a PVAMC specific Operations and Maintenance Manual. Duties include but are not limited to: Locate and identify homogeneous areas (HA), identify asbestos content, quantify asbestos, assess the condition/ friability and risk of occupant exposure, provide cost estimates and priorities for compromised asbestos discovered, and follow Class IV OSHA procedures and label all existing, exposed, accessible asbestos containing building materials (ACBM). The contractor shall properly dispose of asbestos waste generated during the course of the contract services. The survey will assess all locations to include but not limited to: roofs, caulks, glazing, tile and mastics, rooms, utility closets, penthouse, basement, overhead spaces, pipe chases, vaults, above suspended ceilings, etc. Bulk samples shall be taken by the contractor. Contractor will be required to provide a sampling plan for approval prior to starting sampling of buildings. The inspections and surveys will be conducted by accredited (AHERA) certified asbestos building inspectors who possess applicable professional license(s). Work is to be conducted in compliance with all applicable local, state, and federal regulations including but not limited to: Asbestos Hazard Emergency Response Act (AHERA), ISHA, title 29 Code of Federal Regulations 29(CFR) 1910.1001, 29(CFR) 19926.1101, and the Asbestos School Hazard Abatement Reauthorization Act (ASHARA). Bulk samples shall be taken by the contractor. Laboratories employed for identification of asbestos in bulk samples must participate in the National Institute of Standards and Technology (NIST), National Voluntary Laboratory Accreditation Program (NLVAP) and evidence current proficiency for asbestos identification by polarized light microscopy (PLM) and have the ability to "point count" samples containing 10% or less asbestos. These requirements are being set-aside 100% for Service Disabled Veteran Owned Small Businesses (SDVOSB). NAICS Code 541620 Environmental Consulting Services applies and the Small Business Size Standard is $14M. Interested firms should submit their current SF-330 Part I and Part II to William.ganter@va.gov. The SF-330's are due on or before May 9, 2014 at 2:00 PM. The submitted SF-330 will be evaluated on the following criteria: (1)Team Proposed for this Project: Project Manager and other key personnel and consultants. Appropriate certifications and licenses; accreditation of the laboratory performing sampling; specific experience and qualifications of personnel proposed for assignment to the project. Information shall include: Name of individual, Company employed by, Company position title, Years with the company, describe work experience with projects that were similar to this project and the company (by name) they worked for when involved in the project, an indication of which (if any) of the projects submitted, the individual participated in, and what responsibilities they had during the project, position that the individual will hold in regard to this project team, description of duties and what percentage of the individual's time would be committed to the project, all employees shall describe job related educational experience including training, certificates, etc. associated with the scope of work. (2)Proposed Management Plan: Team organization; etc. (3)Previous Experience of Proposed Team: Record of working together as a team; project experience. Demonstrate the relevant experience of key personnel. Demonstrate experience with no less than three projects completed of equal or greater complexity, size and scope to this project. Demonstrate experience with development of ACBM site specific Operation and Maintenance manuals. Provide the following information: Project title, location, summarized project scope, Project owners name and telephone number of owner's contact person, Project Statistics including start and completion dates; sampling plan, strategy, final assessment plan and the number of projects performed in a hospital or health care facility. (4)Geographic location and facilities of the working office(s) which would provide the professional services. Familiarity with the area and local regulatory requirements. (5)Proposed approach for performing this project including anticipated problems and potential solutions. (6)Project Control: Professional capacity of the firm to perform work within the time limitations. Techniques planned to control the schedule and costs. Techniques planned to control the schedule, survey, sampling plan and strategy, and personnel responsible. Evidence cost and schedule control by providing relevant information of recently performed projects. (7)Miscellaneous experience and capabilities, awards, etc. In addition to the above, to be eligible for consideration, the SDVOSB firm must be: 1.Registered in the SAM database at www.sam.gov 2.Registration in SAM must be inclusive of the Offeror's Representation and Certification as a SDVOSB concern. 3.Registration with Dun & Bradstreet at www.dnb.com 4.Registration that is listed and viewable in the Vendor Information Pages at the Center for Veterans Enterprises at www.vetbiz.gov 5.VETS 100 registration must also be completed at http://www.dol.gov/vets/vets-100.html
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC642/PhVAMC642/VA24414I0734/listing.html)
 
Place of Performance
Address: Philadelphia Veterans Affairs Medical Center;3900 Woodland Ave.;Philadelphia, PA
Zip Code: 19104
 
Record
SN03344176-W 20140423/140421234643-5c7b5afa4fdb1795f3b813a7b25d5734 (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.