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
SOURCES SOUGHT

Z -- VISN 1 Asbestos Abatement IDC

Notice Date
12/5/2022 7:42:04 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24123R0035
 
Response Due
1/6/2023 1:00:00 PM
 
Archive Date
04/15/2023
 
Point of Contact
Heather M Libiszewski-Gallien, Heather Libiszewski-Gallien, Phone: 413-584-4040 ext 6386
 
E-Mail Address
heather.libiszewski-gallien@va.gov
(heather.libiszewski-gallien@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE Multiple Award Task Order Contract (MATOC) Indefinite-Delivery Indefinite-Quantity (IDIQ) for the Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 1, New England: THIS IS A SOURCES SOUGHT NOTICE ONLY. This announcement is seeking interested sources, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, namely Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Women Owned Small Businesses (WOSB) and Small Businesses (SB). The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 1 has a requirement for on-going facilities asbestos abatement, asbestos abatement associated with projects, and emergency asbestos abatement services for the following VISN 1 VA Facilities: VAMC Providence, RI; VA Connecticut Health Care System facilities located in West Haven and Newington, CT; VAMC White River Junction, VT; VAMC Manchester, NH; VAMC Togus, ME; VAMC Central Western MA located in Leeds, MA; VAMC Bedford, MA; VA Boston Healthcare System facilities located in Brockton, Jamaica Plains, and West Roxbury, MA. The Network Contracting Office (NCO) 1 anticipates awarding approximately ten (10) Asbestos Abatement IDIQ Contracts to cover the facilities with an anticipated ceiling of $3 million per award. The type of work to be performed will be Asbestos Abatement. The applicable NAICS code is 562910 with a small business size standard of $22 Million in average annual receipts. The resulting contracts will not have fixed unit costs. All contract work will be completed through individual Firm Fixed Price (FFP) task orders awarded for individual projects. Each task order will be priced individually and will include its own wage determination. These task orders will be competed amongst the IDIQ awardees. The term of the Asbestos Abatement IDIQ MATOC will be a five-year contract. Each task order will have its own completion date established. Interested parties meeting the requirements of this notice must submit Attachment 1 selecting the areas of consideration. In accordance with the Limitations on Subcontracting, the prime contractor shall perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurements. Prior Government contract work is not required for submitting a response under this sources sought notice. The intent of the project is to award a MATOC via multiple-award IDIQ, asbestos abatement contracts. The projects will range from $2,000 to $600,000. Interested parties responding to this sources sought request shall submit the following information: (1) Company name and address, point of contact with phone number, and Unique Entity Identifier (UEI); (2) A positive statement of your intention to submit a proposal for evaluation when the solicitation is posted; (3) Documentation relating to capability of performance of asbestos abatement, emergency asbestos abatement, and re-insulation of steam piping (including references with current point of contact and phone number); (4) Company s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company; (5) Complete Attachment 1 with areas of interest; (6) Copies of licenses in the states identified as interested in; and (7) Any other pertinent company documentation. NCO 1 looks forward to interest of well-qualified new entrants to contracting with the Veterans Health Administration including the interest of SB and WOSB contractors and especially responses from CVE SDVOSB/VOSB Firms. This notice is published to conduct market research to determine if there is a sufficient number of verified SDVOSB s, VOSB s, WOSB s and SB s capable of performing the requirements. All information must be submitted in sufficient detail for a decision to be made on the appropriate set-aside. To be eligible as an SDVOSB or VOSB, a firm must be registered under the applicable NAICS in VetBiz. Registration may be accomplished at https://www.vetbiz.va.gov/. Additionally, all interested firms must have an active registration in SAM at www.sam.gov. Failure to submit all information requested will result in a contractor not being considered as an interested concern. If adequate interest is not received by 4:00 p.m. local time on January 6, 2023, this action will not be set-aside for SDVOSBs, VOSBs, WOSBs, or SB firms. Interested firms must reply via e-mail to Heather.Libiszewski-Gallien@va.gov. Subject line relating to this sources sought must read 36C24123R0035 ASBESTOS ABATEMENT MATOC SOURCES SOUGHT RESPONSE . DISCLAIMER This sources sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice. The Government will not pay any costs for responses submitted. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms who fail to provide ALL of the required information will not be used to make the acquisition decision, which is the intent of this announcement. For planning purposes, the Government intends to publish a solicitation for this requirement on or about March 1, 2023. The official synopsis citing the solicitation number will be issued on SAM under Contract Opportunities on www.sam.gov and firms should register electronically to receive a copy of the solicitation when it is issued. ATTACHMENT 1 AREAS OF CONSIDERATION-ASBESTOS MATOC FOR VISN 1 (New England) NOTE: INTERESTED PARTIES MUST INDICATE AREAS OF CONSIDERATION BY 4:00PM EST ON JANUARY 6, 2023. LOCATIONS INTERESTED IN CONSIDERATION VA Medical Center Providence 830 Chalkstone Avenue Providence, RI 02908 ( ) Interested in Consideration for this location VA CT Healthcare System includes the following locations: West Haven Campus 950 Campbell Avenue West Haven, CT 06516 Newington Campus 555 Willard Street Newington, CT 06111 ( ) Interested in Consideration for this location VA Medical Center White River Junction 215 North Main Street White River Junction, VT 05011 ( ) Interested in Consideration for this location VA Medical Center Manchester 718 Smyth Road Manchester, NH 03104 ( ) Interested in Consideration for this location VA Medical Center Togus 1 VA Center Augusta, ME 04330 ( ) Interested in Consideration for this location VA Medical Center Bedford 200 Springs Road Bedford, MA 01730 ( ) Interested in Consideration for this location VA Central Western Massachusetts 421 North Main Street Leeds, MA 01053 ( ) Interested in Consideration for this location VA Boston Healthcare System includes the following locations: Brockton Campus 940 Belmont Street Brockton, MA 02301 Jamaica Plain Campus 150 South Huntington Avenue Jamaica Plain, MA 02130 West Roxbury Campus 1400 VFW Parkway West Roxbury, MA 02132 ( ) Interested in Consideration for this location
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7d5f6fed11684e52a36b473f07b70573/view)
 
Place of Performance
Address: VISN 1 New England Healthcare System
 
Record
SN06535398-F 20221207/221205230108 (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.