Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 26, 2024 SAM #8400
SOURCES SOUGHT

F -- Asbestos Abatement Canteen Areas

Notice Date
11/24/2024 6:46:46 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24625Q0203
 
Response Due
12/2/2024 12:30:00 PM
 
Archive Date
03/11/2025
 
Point of Contact
Angelo Harris, Contracting Officer, Phone: 910-488-2120
 
E-Mail Address
angelo.harris@va.gov
(angelo.harris@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. We are seeking information for market research purposes only. The Government will not pay for any information solicited. The Department of Veterans Affairs, Network Contracting Office 6 is conducting market research to identify potential sources for Architect-Engineer services to complete the below scope of work. The place of performance will be the hospital campus located at the Fayetteville NC Medical Center Campus. Forward all questions to the point of contact identified below. This is not a pre-solicitation notice, but the magnitude of construction for this project is currently between $25,000 and $100,000 this is subject to revision prior to release of a solicitation. The proposed NAICS 562910- Remediation Services is applicable to this acquisition; with a size standard of $25 Million. The proposed PSC code is F108 Environmental Systems Protection - Environmental Remediation. Scope of Work: perform ACM removal and disposal activities in Building 3 Veterans Canteen Service Storage Room 105, Canteen Office Area Room 114 & 114B, and the Retail Store Area Room 112. ACMs to be removed are Category 1 Non-friable materials. A limited survey report and PDF drawings are available, upon request. The VA Medical Center considers the removal of the asbestos-containing materials a regulated, Class II asbestos removal that shall be cleared by visual inspection and the collection of multiple air samples that will be analyzed by TEM analysis. A third-party air monitoring firm, retained by the VA, shall conduct continuous project monitoring during removal activities and perform the final visual inspection and clearance sampling. The vendor shall be responsible for acquiring appropriate permits. This project shall be completed in three separate phases. Phase 1 will be removal of ACM in Rooms 105 and Room 114. Phase II will be removal of ACM in the Retail Store Area Room 112 during the proposed remodel. Phase III will be replacing the flooring throughout with Luxury Vinyl Tile (LVT). Anticipated completion (from Notice to Proceed): The abatement activities are to be completed safely in the shortest time possible. The VA request the removal activities for each phase are to be completed during a single weekend (three consecutive days of less). Interior Mobilization shall begin no earlier than 4:00 PM Friday and conclude no later than 5:00 Monday. Small Business Requirements For market research purposes, all responses to this notice will be reviewed, regardless of small business/socioeconomic category, including those firms that are identified as large businesses. Review of responses to this notice will support later determination of set-aside requirements, if a solicitation becomes available, where the rule of two is met regarding a set-aside, including set-asides under 38 U.S.C. 8127 and 8128 for SDVOSB and/or VOSB firms registered in the VIP database, in accordance with priorities set by regulation. Instructions to Responders All interested parties should respond, in writing via email to the Contracting Officer, Angelo Harris, angelo.harris@va@gov . No telephone inquiries will be accepted. Your response is requested by Friday, December 2, 2024 at 3:30 PM EST. In your response, please include the following: Company name Address Point of contact with email and phone number SAM Unique Entry ID number and evidence of current SAM registration (see https://www.sam.gov for more information) Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) Proposed NAICS code (if different from above) Proposed PSC code (if different from above) Capabilities statement, to include experience with contracts of similar scope and magnitude. Is the anticipated period of performance appropriate for this project? Is there anything that would deter you from responding to this requirement?
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/934059ee4b924f4890c871b62068344b/view)
 
Place of Performance
Address: 2300 Ramsey St, Fayetteville, NC 28301, USA
Zip Code: 28301
Country: USA
 
Record
SN07273984-F 20241126/241124230057 (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.