DOCUMENT
F -- Sources Sought Notice - SDVOSB Search On-Call Asbestos/Lead/Mold Abatement Remediation Services - Attachment
- Notice Date
- 2/23/2018
- 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
- 36C24218Q9101
- Response Due
- 3/2/2018
- Archive Date
- 4/1/2018
- Point of Contact
- Ms. Mitchelle Labady
- E-Mail Address
-
lle.labady@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS ANNOUNCEMENT IS NOT A SOLICITATION OR A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. The Department of Veterans Affairs Network Contracting Office NCO 2 is conducting a market survey in search of a responsible and verifiable Service-Disabled Veteran-Owned Small Business SDVOSB in order to determine the acquisition strategy for this potential procurement. The anticipated requirement is for routine and emergency response asbestos abatement remediation services, inclusive of all labor, equipment, supplies as well as the transportation of all hazardous materials asbestos, lead-based paint and/or mold waste generated by the abatement to a suitable disposal facility. Contractors would be expected to ensure that all work meets or exceeds all applicable Local, State and Federal laws and codes for abatement activities. A five-year Indefinite Delivery, Indefinite Quantity IDIQ contract is anticipated. Specific work requirements would be determined by individual task orders to be issued under this basic IDIQ contract. Projects may be assigned at any of the five facilities within the VA New York Harbor and New Jersey Healthcare System NYHHS and NJHCS: VA NYH HCS Brooklyn, 800 Poly Place, Brooklyn, NY 11209 VA NYH HCS Manhattan, 423 E. 23rd Street, New York, NY 10010 VA NYH HCS St. Albans Community Living Center, 179-00 Linden Boulevard, Jamaica, NY 11425 VA NJ HCS East Orange, 385 Tremont Avenue, East Orange, NJ 07018 VA NJ HCS Lyons, 151 Knollcroft, Lyons, NJ 07939 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. 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. Interested parties providing information for a potential SDVOSB set aside must be registered in SAM www.sam.gov and visibly certified in Vet Biz www.vetbiz.gov at time of the submission of their qualifications. Alternatively, if the company s verification is not yet visible in VIP, a verification letter from the Center for Verification and Evaluation CVE is acceptable. Eligible parties are required to provide the following information within their capability package to the Contract Specialist, Ms. Mitchelle Labady: Professional Qualifications necessary for the satisfactory performance of the required services Capability to accomplish the work in the multiple locations Minimal four 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 with their contact information telephone numbers and email addresses. DUNS number Business Socio-Economic Status SDVOSB, VOSB, WOSB, 8a, HUB Zone, etc. Business Size under NAICS Code 562910 Copy of firm s CVE verification Responses to this notice must be submitted in writing via email and must be received not later than 2:00PM EST Friday, March 2, 2018 email: Mitchelle.Labady@va.gov. It is the responsibility of the responder to ensure the timely delivery of their capability packages. The submission of a company s marketing material with no statement of how the company shall meet the needs of this requirement will not be considered. Responses to this notice will be used by the Government to make appropriate acquisition strategy decisions. Capability packages for other services not related to this requirement will not be reviewed and immediately deleted. NOTE: Any request for assistance with submission or other procedural matters pertaining to this requirement only shall be submitted via email to Mitchelle.Labady@va.gov. Absolutely no telephone inquiries will be honored. THIS ANNOUNCEMENT IS NOT A SOLICITATION OR A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9101/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218Q9101 36C24218Q9101.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4104816&FileName=36C24218Q9101-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4104816&FileName=36C24218Q9101-000.docx
- File Name: 36C24218Q9101 Draft SOW - Abatement Remediation Services.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4104817&FileName=36C24218Q9101-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4104817&FileName=36C24218Q9101-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218Q9101 36C24218Q9101.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4104816&FileName=36C24218Q9101-000.docx)
- Record
- SN04833284-W 20180225/180223231614-33e7f146726408c43b040efcc0b8b699 (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 |