Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2022 SAM #7677
SOLICITATION NOTICE

Z -- Jackson Mold Remediation

Notice Date
12/5/2022 10:08:11 AM
 
Notice Type
Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
VBA FIELD CONTRACTING (36C10E) WASHINGTON DC 20006 USA
 
ZIP Code
20006
 
Solicitation Number
36C10E23R0005
 
Response Due
12/15/2022 1:00:00 PM
 
Archive Date
01/14/2023
 
Point of Contact
Jeffrey A Reed, Contract Specialist
 
E-Mail Address
jeffrey.reed@va.gov
(jeffrey.reed@va.gov)
 
Awardee
null
 
Description
2 STATEMENT OF WORK FOR Mold/Mildew Remediation for the Jackson, Mississippi VBA Regional Office GENERAL DESCRIPTION: Background. The Department of Veterans Affairs Regional Office (VARO) located at 1600 East Woodrow Wilson Ave, Jackson Mississippi, 39216 has an emergency need to remediate mold and mildew in the Jackson Mississippi Regional Office and its source. Currently The mold and mildew is causing concerns of health issues to the VBA regional office and the tenants of the Regional Office. Purpose. The purpose of this Statement of Work is to define the tasks necessary for completing the mold and mildew remediation finding the source of the Mold and repairing it to prevent recurrence at the Jackson Regional Office and provide certification that the entire office of 96,000 (USF) is within compliance with federal and state regulation for mold. The Period of Performance is forty-five (45) days from the issuance of the Notice to Proceed. Objective. In accordance with the terms of this contract, the Contractor shall be required to furnish all necessary tools, labor, materials, supplies, equipment, services, and supervision to accomplish all tasks necessary for the performance of the work set forth in this Statement of Work (SOW). These services include, but are not limited to equipment delivery, installation, testing, supplies, maintenance, documentation necessary for the successful completion of the work and removal/disposal of any parts/materials that are no longer needed. Accuracy of Measurement. The contractor is responsible for the accuracy of all measurements taken for proper installation of equipment. The Contractor shall verify all measurements, materials and labor relating to the required work prior to submission of their cost proposal to the Contracting Officer. SCOPE OF WORK: Contractor shall perform the following work: Inspect/Identify. The vendor shall inspect and if necessary, test for mold Microbiological agents in areas of visual inspection. Additionally, the contractor shall identify and remedy the source of the water intrusion, to prevent the recurring of mold and mildew in the regional office to unacceptable regulated levels. Remove/Dispose. Prior to replacing the existing equipment, the Contractor shall coordinate the period of performance, finishes, selections and materials to be used with the Contract Officers Representative. Once schedule is approved, the Contractor will be responsible for visually inspecting and resolving potential signs of underlying water intrusion problems, including pink spotting on vinyl wallpaper; lose wallpaper; staining on the drywall; stained ceiling tiles; loose carpet tiles and musty odors. If the mold/mildew cannot be killed/cleaned off the sheet rock or any surface, then the contractor will need to remove the sheet rock or surface to get rid of the mold/mildew. If any furniture/baseboards, drywall, or any demising wall, requires patch and paint upon completion of remediation need contractor will be responsible for repair and the moving of furniture back in place. The contractor is responsible for removing all mold/mildew from the Regional Office and upon completion provide certification that the regional office is at acceptable regulated levels. The awarded vendor must perform and visual site inspection to determine the source of water intrusion/mold (roof leak, window seal etc.) and repair it to prevent the mold and mildew from recuring. The GC will provide VBA with a plan of action for approval within 7 Business days of award. The plan of action should include at minimum the following information, if required. A complete schedule for the remediation process List of Personal protective equipment and other controls used by the contractor to reduce worker hazard exposure. GC Plans for Isolating the work area. Plan for removal of all standing water. The wall material shall be removed 24 inches beyond observed damage. After determining moisture levels in the drywall, removing the water damaged drywall and insulation and one foot beyond the damage. Ensuring that all furniture is removed from the floor to allow for adequate drying of the floor. This includes file cabinets and shelving. Any areas of the floor that remain wet or any furniture that remains in contact with the floor can become moldy within 24 to 48 hours after the flood (If required). Removing and discarding carpet (If required). Removing all wet materials. All replaceable porous materials should be discarded without delay. Personal belongings should be removed from the building to be dried. Consideration should be given to biological residues on these items, and they may require processing by professionals with specialized training and equipment to properly sanitize and dry these materials. It is important to dry materials quickly to minimize the growth of microorganisms. Drying the building as a whole. After removing of wetted materials, a large-scale dehumidifier shall be used to speed the drying process. They may need to run for a week or more to assure all areas are dried. Sanitizing the floor under the carpeting after the space is dry and the carpet has been removed. Assure compatibility and appropriateness of all cleaning products and sanitizers used in the cleanup process. Copies of Material Safety Data Sheets for all cleaners, sanitizers and chemicals used shall be provided to VBA for review and approval prior to use. Conducting moisture transmission testing of the concrete floor slab. Testing may be required per the manufacturer's instructions depending on the flooring products specified for installation. Scheduling of a final inspection/evaluation of the space after the completion of all cleanup activities. This should be conducted by a qualified person to determine that all activities have been sufficiently accomplished. Contact VBA to obtain information on conducting this inspection. And scheduling and execution of final environmental testing/Microbiological Assessment to confirm space is compliant with federal and state regulation. Replacing drywall (If needed). Replacing carpet (If needed). Identify and remediate the water source. If the water source is unknown and/or cannot be determined all parties shall assume the water is from a dirty source (i.e. contaminated sewage, chemical, and or biological pollutants) and experienced professional shall be consulted for cleanup and resolution. Once the abatement plans are finalized; a project kickoff meeting shall be held prior to the start of work to ensure all parties are aware of the project requirements. Both the contractor and VBA representatives will be present during the final walkthrough of the project and concurrence will be needed on any punch list items and or final 100% completion. Upon Completion of Water Intrusion/Mold remediation plan. VBA facilities team will be present during the final walkthrough of the project. Both parties will concur on any punch list items and or final 100% completion. Provide Equipment. The Contractor will provide all rags, cleaning solution, PPE, machines, testing equipment, paint, sheet rock, drywall etc. to complete the mold/mildew remediation and source prevention. Installation of Equipment. Contractor will install mold remediation equipment to clean the air throughout the building. Once the air has been cleaned and all mold and mildew has been removed, the contractor will test the air quality and provide the Contracting Officers Representative (COR) with a passing report and certify the building is free of mold/mildew. The contractor shall remove all wallpaper that is currently falling due to mold/mildew. Once removed the contractor shall clean the walls free of mold or remove any surfaces that can t be cleaned and replace them. Once free of mold/mildew the contractor shall paint the area with an eggshell paint to match the areas of the building that have already been painted, since the wallpaper is no longer available to be reinstalled. General Requirements. Code Compliance. The Contractor shall comply with all local, state, and federal environmental, health, and safety regulations while conducting this work. In addition, the Contractor shall ensure that all work is in compliance with the applicable codes. Additionally, the GC Must provide certification of level IV and Level V certification for mold removal. The GC must provide certification of proof as a licensed mold removal profession that is equivalent to or exceeds the state of Florida Mold Removal licensing requirements. The GC must also provide examples of the past relevant work and experience in the act of mold remediation. Disposal. Unless otherwise specified by the Government, the Contractor will be required to properly remove and dispose of all equipment/material that is replaced. Financial Suitability: Due to the size and extent of the scope of work the GC and or sub-GC s also must provide proof of licensing and binding to do mold removal, replacement of drywall and wood patch and paint. Period of Performance. The Contractor will complete the installation within 30 days of the Notice to Proceed. The Regional Office is open five days a week and the facility mat need to remain operational or resume some operations. Work will be required to be performed during normal operating hours. Normal operating hours are from 7:00 am to 3:30 pm Monday through Friday except on Federal Holidays. The awarded General Contract must demonstrate the ability to execute the Multi step mold removal remediation process as follows: Inspection: Visibly detect visible signs of mold. Take air samples to measure the levels of spores as well as determine and needed. Also determine the source of the mold and a proposal for resolution to prevent recurrence. Containment:  Contain the contamination This can be done by shutting of air systems and installing physical barriers to keep the mold in its physical location(s) Filtration: Once the infestation is contained the GC must filer spores out to the air.  If the mold infestation is extensive, we will also vacuum up spores that have settled onto any surfaces. Clean up:  Use a combination of anti-fungal and anti-microbial treatments to clean the colonies of mold. If the mold has grown into any porous material, such as wood or walls, remove and replace it. Sanitation: Once, the remediation process is complete, sanitize the space using fogging machines to deodorize the air as well as furnishings. Points of Contact Joshua G Jackson Contracting Officer Representative 202-894-0907 Security Requirements: All Contractors and Contractor personnel shall be subject to the same Federal security and privacy laws, regulations, standards and VA policies as VA, including the Privacy Act, 5 U.S.C. §552a, and VA personnel, regarding information and information system security. Key Personnel: A superintendent, authorized to make decisions and commitments on behalf of the contractor shall be required to be present when any work is being performed. The superintendent shall be named in writing and submitted to the Contracting Officer prior to beginning work. Contractor Identification: All contract personnel attending meetings or working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that the contractor participation is appropriately disclosed. STATISTICAL INFORMATION & SITE VISIT: One (1) site visit may be scheduled by the Contracting Officer prior to closing date of solicitation. The site visit will be conducted by the Contracting Officer s Representative (COR) and include a walk-thru of all areas affected, followed up by a conference call with the Contracting Officer if needed. It is advised that potential vendors utilize the initial site visit to conduct a visual inspection of the water damaged area and to possibly determined the source of the water intrusion for incorporation into their proposal. With respect to the building and/or equipment information and statistics stated herein, all Offerors/Bidders are encouraged to visit the facility and ascertain the nature and location of the services to be performed and the general and specific conditions at the site. Failure to do so will not relieve Offerors/Bidders of their responsibility to properly estimate the difficulty or cost of successfully performing the services. The Government will not be responsible for any error or variation in the statistical data stated herein. The site visit shall be for the purpose of observing firsthand any conditions relevant to the completion of this contract. No consideration will be given to claims based on a lack of knowledge of the existing conditions. It is important that all potential vendors read and review and attach Microbiological assessment prepared on the 11th of October 2022. Reports and Notifications: The Contractor shall notify the Contracting Officer and COR of any work delays immediately upon identification. If dangerous working conditions exist, the Contractor will notify the COR immediately. Health and Safety Plan: The Contractor shall be solely responsible for risk assessments, managing health, and safety issues associated with this project. Based on hazard assessments, the Contractor shall provide or afford each employee personal protection equipment (PPE) that will protect the employee from hazards. Damages: The Contractor shall be responsible for all damages to property or injuries to persons as a result of their fault or negligence. The Contracting Officer shall validate and negotiate any claims with the Contractor. Special Notes: The Government will not furnish any equipment to the Contractor under the terms of this contract. Hours of Operation: Normal Working Hours are: 7:00 am to 3:30 pm, Monday through Friday, excluding Federal holidays. ""Normal Tenant Working Hours"" are those hours on each official Federal workday during which the building occupants and/or the general public will be in the building(s). Billing and Invoicing: A proper invoice is defined as one that identifies the contractor s name, phone number, contact information, invoice date, and itemized amount of billable work performed. Invoices shall be submitted to: Department of Veterans Affairs Regional Office ATTN: Support Services Specialist 1600 E. Woodrow Wilson Ave. Jackson MS, 39216 VA Information and Information System Security/Privacy Requirements General All Contractors and Contractor personnel shall be subject to the same Federal security and privacy laws, regulations, standards and VA policies as VA, including the Privacy Act, 5 U.S.C. §552a, and VA personnel, regarding information and information system security. Contractors must follow policies and procedures outlined in our shred policy VBA Letter 20-08-63 dated January 12, 2011, VA Directive 6500, Information Security Program; and VA Handbook 6500.6, Contract Security which are available at: http://www1.va.gov/vapubs and its handbooks to ensure appropriate security controls are in place. Information Security: 1.  The Contractor will not attempt to override or disable security, technical, or management controls unless expressly permitted to do so as an explicit requirement under the contract or at the direction of the COR and/or Information Security Officer (ISO). 2.  If paper is discovered with personally identifiable Information (PII) or sensitive personal information (SPI) on it while performing normal duties outlined in this contract, the Contractor should immediately take it to the COR or the ISO and communicate the following details:  where the information was found and who found it. a.  PII is name, address, social security number, etc. b.  SPI with respect to an individual, means any information about the individual maintained by an agency, including the following: (i) education, financial transactions, medical history, and criminal or employment history; (ii) information that can be used to distinguish or trace the individual's identity, including name, social security number, date and place of birth, mother's maiden name, or biometric records. 3.  The Contractor will not take VA sensitive information from the workplace without written authorization from the COR and the ISO. Records Management: VA Handbook 6300.1, Chapter 4, g. g. If VA records or information are to be turned over to, or collected, created, maintained, used, processed, or handled in any way by a contractor, Title 41, United States, Public Contracts, and 36 CFR, chapter XII, subchapter B apply. 36 CFR Chap XII, Sub Chapter B (NARA 10-2-09) Sec 1222.32 (1) Agencies must ensure that contractors performing Federal government agency functions create and maintain records that document these activities.  Agencies must specify in the contract Government ownership and the delivery to the Government of all records necessary for the adequate and proper documentation for contractor-operated agency activities and programs in accordance with requirements of the Federal Acquisition Regulation (FAR) (Office of Federal Procurement Policy act of 1974 (Pub. L. 93-400), as amended by Pub. L. 96-83 41 U.S.C.), and where applicable, the Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR parts 200-299).  (2) Records management oversight of contract records is necessary to ensure that all recordkeeping needs are met.  All records created for Government use and delivered to, or under the legal control of, the Government must be managed in accordance with Federal law.  In addition, electronic records and background electronic data specified for delivery to the contracting agency must be accompanied by sufficient technical documentation to permit understanding and use of records and data.  (3) Contracts that require the creation of data for the Government s use must specify, in addition to the final product, delivery of background supporting data or other records that may have reuse value to the government.  To determine what background supporting data or other records that contracts must deliver, program and contracting officials must consult with agency records and information managers and historians and, when appropriate, with other Government agencies to ensure that all Government needs are met, especially when the data deliverables support a new agency mission or a new Government program.  (4) Deferred ordering and delivery-of data clauses and rights-in-data clauses must be included in contracts whenever necessary to ensure adequate and proper documentation or because the data have reuse value to the Government. (b) All data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provision of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Action (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended, and must be managed and scheduled for disposition only as provided in Subchapter B. (c) Agencies must ensure that appropriate authority for retention of classified materials has been granted to contractors, or non-Government entities participating in the National Industrial Security Program (NISP), established under Executive order 12829, as amended, or a successor Order.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/001d351112de40e79cf2812086bdc2bd/view)
 
Record
SN06534974-F 20221207/221205230104 (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.