Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2023 SAM #7759
SOURCES SOUGHT

Z -- Hazardous Material Abatement

Notice Date
2/22/2023 10:58:23 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24423R0069
 
Response Due
3/24/2023 1:00:00 PM
 
Archive Date
07/01/2023
 
Point of Contact
Kaitlyn House, Contract Specialist, Phone: 302-588-9819
 
E-Mail Address
Kaitlyn.deWit@va.gov
(Kaitlyn.deWit@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1 of 4 Sources Sought Notice for Service Disabled Veteran Owned Small Businesses (SDVOSB) Firms NOTICE:  This Sources Sought is issued for information and planning purposes only to determine if qualified, experienced, and interested SDVOSBs exist. This is not a Request for Proposal (RFP).  It is not to be construed as a commitment by the Government to issue a solicitation or, ultimately, award a contract.  Responses will not be considered as proposals nor will any award be made as a result of this Sources Sought.  The Department of Veterans Affairs (VA) will NOT be responsible for any costs incurred by interested parties in responding to this request.  Project Duration:  The period of performance for this requirements contract is for five (5) years consisting of one (1) 12 month base year and four (4) twelve (12) month option years.  Cost Magnitude:  The project cost range is between $1,000,000 and $2,000,000. Location: Services to be performed at the following locations: Corporal Michael J. Crescenz VA Medical Center 3900 Woodland Ave, Philadelphia, PA 19104 U.S. Dept. Of Veteran Affairs Community Living Center 3461 Civic Center Blvd, Philadelphia, PA 19104 The CMCVAMC currently operates about thirteen offsite locations throughout the greater Philadelphia region all within approximately 90 minutes of the CMCVAMC. While it is expected that most of the work will take place at the addresses listed above the contractor may be requested to perform work at one of our offsite locations including: Out Patient Clinics Burling County CBOC (642GA) 3000 Lincoln Drive East, Suite E, Marlton, NJ 08053-1500 Camden VA Outpatient Clinic (642GF) 300 Broadway, Suite 103, Camden, NJ 08103-1210 Veteran Health Clinic at Gloucester County (642GD) 211 County House Road, Sewall, NJ 08080-2525 Victor J Saracini VA Outpatient Clinic (Montgomery County) (642GC) 433 Caredean Dr. Horsham, PA 19044-1396 West Philadelphia VA Clinic (642GH) 232 Market Street, Suite 100, Philadelphia, PA 19139 VHA Dialysis Center (642QA) 4219 Chestnut Street, Philadelphia, PA 19104 Philadelphia Multi-Service Center (Philadelphia County) (642QB) 213-217 North 4th Street, Philadelphia, PA 19106 Residential Rehab Treatment Facilities Snyder House (642BU) 1425 Snyder Avenue, Philadelphia, PA 19145 Annexes 4100 Chester Annex 4100 Chester Avenue, Philadelphia, PA 19145 DOW Administration Annex 100 South Independence Mall West, Suite 550, Philadelphia, PA 19106 Vet Centers Bucks County Vet Center (238V) 2 Canal s End Road, Suite 201B, Bristol, PA 19007 Norristown/Montgomery County Vet Center (239V) 320 E. Johnson Highway, Suite 201, Norristown, PA 19401 Philadelphia Vet Center (210V) 801 Arch Street, Suite 502, Philadelphia, PA 19107 Northeast Philadelphia Vet Center (219V) 101 E Olney, Suite C-7, Philadelphia, PA 19107 *The information requested by this Sources Sought will be used by the VA to facilitate decision making and will not be disclosed outside the agency. Applications are invited from firms that possess the following North American Industry Code (NAICS) 562910 to provide professional services for remediation related work. Description of Services: These services may include, but will not be limited to: asbestos, mold, and lead abatement services for health care, administrative, laboratory, research, support buildings and structures. The contractor will be able to respond to water intrusion events to abate any damaged porous material including sheetrock, carpeting, ceiling tiles and other materials that cannot be cleaned. This may require the contractor to supply equipment like fans and dehumidifiers to dry out the area and minimize damage after water intrusion events and clean all impacted materials and surfaces that can cleaned. The contractor will be capable of responding to ongoing water leaks and provide engineering controls to help control water and minimize facility impact. The contractor will be capable of providing emergency and non-emergency hazardous material abatement, hazardous material spill response and cleaning and decontaminations of hazardous materials or residues. This may include the cleanup of hazardous materials including but not limited to oils, chemicals, fuels, sewage and other bodily fluids, and other hazardous and or environmentally sensitive materials as defined in all task orders. Spill cleanup costs will be determined by the square footage of the spill or total volume of the spill, whichever is more cost-effective to the government. Decontaminations will include hoods, incubators, exhaust ducts, hazardous waste lockers, and other similar pieces of equipment contaminated with hazardous materials. All emergent requests will require a response time of 4 hours or less after receipt of awarded task orders. Requested Information 1. Is your firm considered, in accordance with Federal Acquisition Regulation (FAR) Part 19, a Service Disabled Veteran Owned Small Business (SDVOSB) based upon North American Industry Classification System codes 562910 Remediation Services. 2. State your firm's name, address, DUNS/ UEI or CAGE, and primary point of contact to include phone number and email. 3. Provide a capabilities statement which describes your firm s in-house capabilities to accomplish the general scope of work. 4. List any projects similar to the above stated work up to $10,000,000.00 that you have completed in the past 5 years. 5. What is the dollar amount of the minimum bounding level your firm would require in order to submit a proposal for this work? 6. Has your firm, as a prime contractor, whether individually or through a formal joint venture, teaming agreement, or under subcontract to a Federal prime contractor, provided design services for projects of similar size and scope as described in the brief description of project above? If yes, please provide the following information on your three most recent projects: (a) Contracting agency address and contracting officer s name and telephone number. (b) Contract Number, date and amount of award, date of completion. (c) Was your company the prime or a subcontractor? If you were a subcontractor provide the company name, telephone number, and a point of contact of the prime contractor. (d) Description of items/services provided under the contract. (e) If any bonding was provided, what was the amount of bonding? (f) If performance was as a subcontractor, please provide the name, address and telephone number of the point of contact at the prime contractor. (g) State whether or not there were any performance issues under the contract which resulted in the issuance of a Cure Notice or Show Cause Notice by the contracting officer. 7. Provide a positive statement of your interest in submitting a proposal as a prime contractor to the Federal Government based on the general scope of work description above. All interested contractors SHALL be registered in the System for Award Management (SAM) database at time of submission of proposal at: https://www.sam.gov Documentation supporting your Service Disabled Veteran Owned Business (SDVOSB) status shall be submitted with your package. Please note that we have attached our proposed pricing scheme. Comments are welcome.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cd060a41c4914ec0a65ca1c8856fb1af/view)
 
Place of Performance
Address: Various, Philadelphia 19104
Zip Code: 19104
 
Record
SN06598857-F 20230224/230222230120 (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.