Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 09, 2023 SAM #7956
SOURCES SOUGHT

F -- 657-24-103JC, Conduct Hazardous Material Abatement 2024, JC (VA-24-00008672)

Notice Date
9/7/2023 12:51:53 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25523Q0773
 
Response Due
9/15/2023 12:00:00 PM
 
Archive Date
12/14/2023
 
Point of Contact
Lucia Cowsert, Contract Specialist, Phone: (913) 758-9912
 
E-Mail Address
lucia.cowsert@va.gov
(lucia.cowsert@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 6 of 6 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 6 DESCRIPTION Title: Conduct Hazardous Material Abatement 2024, JC Solicitation Number: 36C25523Q0773 Contracting Office: Network Contracting Office 15 Contracting Office Location: 3450 S 4th Street Traffic way, Leavenworth, Kansas Type of Notice: Sources Sought Posted Date: 9/7/2023 Response Date: 9/15/2023 at 2:00 PM Central Time Set Aside: Service-Disabled Veteran Owned Small Business Classification Code: F108- Environmental Systems Protection- Environmental Remediation NAICS Code: 541330 Engineering Services Synopsis: Please note that this is NOT a request for SF330's or proposals, the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents. The Department of Veterans Affairs Network Contracting Office (NCO) 15, is conducting a market survey for qualified: Service-Disabled Veteran Owned Small Businesses (SDVOSB), capable of providing the required services outlined below for the VA Medical Center located in Saint Louis, Missouri. The applicable NAICS code is 541330 Engineering Services and the size standard is $25.5 Million. Responses to this notice must be submitted via e-mail and received no later than September 15, 2023, at 2:00 PM Central Time. No telephone inquiries will be accepted or returned. Additional information about this project will be issued on the Federal Business Opportunities website https://www.fbo.gov once available. Prospective SDVOSB firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. The prime architect shall provide written certification of this to the Contracting Officer with the response provided for this market research. SCOPE OF DESIGN/CONSTRUCTION PROJECT: This project will conduct abatement of Hazardous Material (Asbestos, Lead) at VASTLHCS John Cochran Division Building 1. The SOW includes VPIH for additional sampling, designing an abatement plan, specifications, review and approval of Abatement Work Plan, and abatement oversight. Limited abatement will occur based on findings of the most recent survey (friable materials found, flaking lead-based paint, etc.) and investigations of the VPIH. Areas to be abated are identified and coordinated with In-House Construction Crew work or Maintenance & Operations needed repairs. Abatement could occur at any of the John Cochran Division Buildings depending on priority of upcoming IHCC & M&O work. Provide a proposal to include all labor, materials, equipment and CPIH services to perform the following work items. Project Intent Building 1 Room B021A Remove approximately 50 linear feet (LF) of Thermal System Insulation (TSI) from pipes and re-insulate pipes. Building 1 Room B016 Remove approximately 50 linear feet (LF) of Thermal System Insulation (TSI) from pipes and re-insulate pipes. Building 1 Room B119A Remove approximately 50 linear feet (LF) of Thermal System Insulation (TSI) from pipes and re-insulate pipes. Building 1 Hallway H118 Remove approximately 50 linear feet (LF) of Thermal System Insulation (TSI) from pipes and re-insulate pipes. Building 1 Hallway H111 Remove approximately 9 linear feet (LF) of Thermal System Insulation (TSI) from pipes and re-insulate pipes. Building 1 Room A245 Remove approximately 50 linear feet (LF) of Thermal System Insulation (TSI) from pipes and re-insulate pipes. Building 1 Room A342A Remove approximately 50 linear feet (LF) of Thermal System Insulation (TSI) from pipes and re-insulate pipes. Building 1 Room A542 Remove approximately 20 linear feet (LF) of Thermal System Insulation (TSI) from pipes and re-insulate pipes. Building 1 Room A634 Remove approximately 50 linear feet (LF) of Thermal System Insulation (TSI) from pipes and re-insulate pipes. Building 1 Room A653 Remove approximately 30 linear feet (LF) of Thermal System Insulation (TSI) from pipes and re-insulate pipes. Building 1 Room A632 Remove approximately 20 linear feet (LF) of Thermal System Insulation (TSI) from pipes and re-insulate pipes. Building 1 Room S006 Remove approximately 80 square feet (SF) of ACM floor tile and mastic and replace with 12x12 vinyl floor tile and approximately 30 lineal feet of four-inch vinyl cove base, sample of flooring and cove base to be approved by VA Interior Design prior to installation. Building 1 Room A830 Remove approximately 200 square feet (SF) of ACM floor tile and mastic, Demo approximately 200 square feet of acoustic ceiling. Abate ACM in Fan Coil Unit (FCU) located in this room. Demo west wall approximately 16 linear feet, floor to concrete ceiling. Demo north wall, approximately 12 linear feet, floor to concrete ceiling. Leave floor concrete after abatement. Leave project containment between room A830/A831 and Hall in place for VA use. Building 1 Room A831 Remove approximately 280 square feet (SF) of ACM floor tile and mastic, Demo approximately 280 square feet of acoustic ceiling. Abate ACM in Fan Coil Unit (FCU) located in this room. Demo north wall, approximately 19 linear feet, floor to concrete ceiling. Leave floor concrete after abatement. Leave project containment between room A830/A831 and Hall in place for VA use. Building 1 Hallways H807, H808 and H809 Remove approximately 1000 square feet of ACM floor tile and mastic and replace with LVT, sample of flooring to be approved by VA Interior Design prior to installation. Anticipated time for completion of design is 60 calendar days including time for VA reviews. In accordance with VAAR 836.204, the estimated magnitude of the resulting construction price range is estimated to be between $250,000 and $500,000. The North American Industrial Classification System (NAICS) code is 541330 Engineering Services, small business size standard of $25.5 Million in average annual receipts for the preceding three years. Interested firms must be registered in https://sam.gov with this NAICS code and qualified as a Service Disabled Veteran Owned small business under this NAICS code. Qualified service-disabled veteran owned small businesses are encouraged to respond and required to be registered in with the Small Business Administration (SBA) registry https://veterans.certify.sba.gov on or before the response date. In order to be considered, the A/E must have a working office located within the Saint Louis VA Medical Center located at 915 N. Grand Blvd., Saint Louis, Missouri 63106-1621. The proximity of each firm which would provide the professional services and familiarity with the area in which the project is located. The response to this notice shall be in summary format and shall not exceed ten (10) total pages and include the following: Company name, Unique Entity ID, verification of social economic category (SDVOSB), address, point of contact, telephone number and email address, sample information on same or similar type projects completed. No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. There is no guarantee, expressed or implicit, that market research for this acquisition will result in a particular set-aside, or any other guarantee of award or acquisition strategy. Responses must be received by 2:00 PM Central on September 15, 2023 via e-mail to the Contract Specialist at lucia.cowsert@va.gov and the Contracting Officer at Paul.Dixon@va.gov. PLEASE REFERENCE ""SOURCES SOUGHT: Project 657-24-103JC, Conduct Hazardous Material Abatement 2024, JC "" IN THE SUBJECT LINE and cover sheet. Respondents will not be contacted regarding their submission or information gathered as a result of this Sources Sought notice. Interested firms shall be required to respond to additional announcements separately from this announcement without further notice from the Government when posted to the Contract Opportunities website at https://beta.sam.gov/. The Contract Opportunities website is the only official site to obtain these documents. Contracting Office Address: Department of Veterans Affairs; Network 15 Contracting Office; 3450 S. 4th Street, Leavenworth, KS 66048 Point of Contact(s): Paul Dixon Jr, Contracting Officer, e-mail address: Paul.Dixon@va.gov Lucia Cowsert, Contract Specialist, e-mail address: Lucia.Cowsert@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e973493c229148dcb227143cc5cb35f2/view)
 
Place of Performance
Address: St Louis VA Medical Center John Cochran Division 915 North Grand Blvd, St Louis 63106, USA
Zip Code: 63106
Country: USA
 
Record
SN06823196-F 20230909/230907230105 (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.