SOLICITATION NOTICE
F -- Remove Asbestos Critical Areas Lyons
- Notice Date
- 8/8/2025 9:51:18 AM
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24225Q0954
- Archive Date
- 10/07/2025
- Point of Contact
- Lateisha Robinson, Contract Officer, Phone: (718) 584-9000 ext 4334
- E-Mail Address
-
Lateisha.Robinson@va.gov
(Lateisha.Robinson@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- THIS IS NOT A REQUEST FOR PROPOSAL. This pre-solicitation notice is for Solicitation Number 36C24225R0097 Remove asbestos Building 1 at the VA New Jersey Healthcare Systems (NJHCS) Lyons Campus at 151 Knollcroft Road, Lyons, N.J. 07939. This requirement shall be a 100% Service-Disabled Veteran Owned Small Business Set-Aside (SDVOSB). As a result, all responsible SDVOSB's may submit a proposal, which will be considered by the agency. This project is classified under NAICS Code 562910 and has a size standard of $25.0 Million. The cost estimate range for this project is between $25,000 and $100,000. Contractor shall completely prepare site for building operations, including demolition, removal and disposal of ACMs and restoration of affected areas. Work shall be completed in multiple phases around clinical schedule as necessary in order to allow the service to continue to function at normal hours with little to no interruptions of patient service and access during project. 1. Scope. Contractor shall completely prepare site for building operations, including demolition, removal and disposal of ACMs and restoration of affected areas. Work shall be completed in multiple phases around clinical schedule as necessary in order to allow the service to continue to function at normal hours with little to no interruptions of patient service and access during project. 2. Specific Tasks. 1. The contractor shall perform a walkthrough of the specified locations to verify existing conditions. 2. The contractor shall provide a complete construction service, including but not limited to, all labor, material, equipment, supervision, inspections, submittals and as built drawings to perform all work as shown in the drawings and specifications. 3. Contractor shall submit a work schedule including phasing, location and time period, coordination for work locations will take place between contractor, COR, and the affected service. 4. The Contractor is responsible for the actions and work product of the workforce under his control, and for compliance with applicable Federal, State, and VA-specific rules, specifications, and regulations identified either by reference or incorporated herein. 5. The Contractor is responsible for the correction of all non-conforming work, or delays resulting from failure to comply with stated requirements and scope. 6. Other specifications and requirements not specifically identified in this section may be found elsewhere within this document, or in documents incorporated by reference. 7. Contractor shall prepare the waste disposal manifest with appropriate qualified signature to include DOT training for the waste hauler driver and EPA training for waste generator. Please contact VANJHCS Safety Office for our VA EPA number. 8. Contractor shall submit a copy of the fully executed waste manifest to VANJHCS Safety office prior the waste is removed from the VA facility. The completed waste manifest with signature for waste site facility will be mailed to VANJHCS Safety Office. 9. Company must be license with NJ DOLWD. 10. MUST provide the license demonstrating the vendor is licensed to do any asbestos abatement work in the State of New Jersey. 11. Supervisors and workers must have an asbestos permit. 12. The State of New Jersey issued permits. MUST provide the evidence of permits demonstrating that the Supervisor(s) has a current Supervisor permit that will NOT expire in the middle of the abatement. The same holds true for the workers; they need a current worker permit. 13. Submit 10-day notification to all required agencies (3-day notice for emergencies removal) 14. No abatement work can start without providing the paperwork that they submitted the notification. Please send draft notification()s to ensure it was filled correctly before sending it off to the required agencies. Notifications must be send to at least EPA and NJDOL. 15. Take the DOT Training to sign disposal manifest. 16. Asbestos waste is not classified as RCRA hazardous waste. However, the triennial DOT training is required for any USDOT regulated material. Friable asbestos is USDOT-regulated hazardous material. Therefore, a person who signs shipping paper, packages it, etc. is required to do the USDOT training. 17. Please note non-friable asbestos is not subject to the regulations of the USDOT when transported. However, the manifest must state the asbestos is non-friable. 18. Submit paperwork of the waste manifests 19. Submit the original signed paperwork of when the vendor signed the manifest. MUST ensure that the initial manifest is followed up within 35 days that of the signed final manifest from the disposal treatment facility to ensure that there is not any discrepancies. 20. Need the manifest when it was first shipped, which is considered the initial (or first manifest). 21. Need the final (or second) manifest when the facility received the asbestos. This is to ensure the first and final manifests matched. 22. If asbestos is friable, the manifest should have only the signature of the personnel who took the DOT Training. 23. This personnel person should be the supervisor for the project. 24. The Contractor shall perform all tasks required to deliver a satisfactory finished product, which includes the abatement of asbestos or suspected ACM. The contractor shall be properly licensed by the State of New Jersey to perform such abatement activities. All abatement activities shall comply with applicable law, including applicable VA-specific guidelines found in the VA Technical Information Library (https://www.cfm.va.gov/til/), and including OSHA Asbestos General Industry Standard (29CFR 1910.1001), Construction standard (29CFR 1926.1101) and EPA standards as applicable. 25. The Contractor shall clean abatement equipment staging areas, and for the removal of all related equipment at the completion of the project. 26. The Contractor s supervisor/foreperson/competent person shall remain on site at all times during all activities, regulated/controlled construction and staging areas shall be accessible at all times to designated VA personnel when necessary to protect the safety and health of VA patients, employees, visitors and Contractor s employees, and for compliance inspections required at the sole discretion of the Contracting Officer and COR. The scope of work shall include but not be limited to the following: 4.1 General Scope of Work 1. Lyons Campus a. Location 1 Building 10 i. Abate approx. 50 LF of pipe insulation ii. Work can be completed during normal business hours between 6am and 6pm iii. Confined space requirement, all applicable codes apply. b. Location 2 Building 11 i. Abate approx. 50 lf of pipe insulation ii. Work can be completed during normal business hours between 6am and 6pm iii. Confined space requirement, all applicable codes apply. c. Location 3 Building 2, Room 26 i. Abate approx. 30 lf of pipe insulation ii. Work can be completed during normal business hours between 6am and 6pm iii. Remove and install back a ceiling tiles and grid as need it 2. The contractor shall provide a per linear foot price for asbestos abatement for any additional linear foot that needs to be added to approximate linear feet that is indicated in the contract. 4.2 Asbestos Abatement Scope of Work 1. The work shall include, but not be limited to, performing abatement of asbestos-containing materials and transporting all waste generated by the abatement to a suitable disposal facility. Contractor shall ensure that all applicable Local, State and Federal Law and codes for abatement activities are met or exceeded. 2. Contractor shall be responsible for the following general requirements: a. Furnishing all labor, supervision, materials, equipment, supplies, and transportation for the removal, transportation and disposal of asbestos, from the VANJHCS Lyons NJ. b. The Contractor, when required by the contract, shall move and return to the original position following asbestos abatement, furniture, furnishings, storage racks, file cabinets, desks, chairs, and other applicable items as identified at the discretion of the COR. c. Meeting or exceeding all State, Federal, OSHA and EPA standards in abating and disposing of asbestos contaminated building material as well as the training of personnel in the handling and disposing of the waste. a. Hiring a Contractor s Professional Industrial Hygienist (CPIH) (Refer to the section 2.3 of the Master Specifications 02 82 11 Traditional Asbestos Abatement), and ensuring that all personnel meet or exceed all training and professional licensing requirements for removing, handling and disposing of asbestos contaminated waste. d. Providing copies of waste manifests documenting proper disposal in accordance with all applicable regulations to the COR in a timely manner. e. Ensuring that the required services are conducted in a manner that protects human health, the environment and VA facilities and structures. f. Close-out documentation of all abatement activities. g. Submitting any additional quantities to the Contracting Officer and receiving approval before moving forward with additional abatement. 3. All asbestos abatement work shall be performed in full compliance with all applicable regulations and codes. The requirements include, but are not limited to, the following: a. The contractor shall be a New Jersey State Department of Labor licensed asbestos abatement contractor with documented capability to successfully and safely perform asbestos abatement work and qualified Competent Person(s) as defined by OSHA in the Construction Standards and the Asbestos Construction Standard 29 CFR 1926.20(b)(2). b. The Contractor shall assume full responsibility and liability for compliance with all applicable Federal, State and Local regulations related to any and all aspects of the asbestos abatement project. c. The Contractor is responsible for the safety of their employees including providing and maintaining training, accreditations, medical exams, medical records, personal protective equipment (PPE) and respirator fit testing, as required by applicable Federal, State and Local regulations. d. Complete pre-abatement activities including pre-abatement meeting, regulatory notifications (if applicable), submittals of worker training/licensing and submittals of other items as required such as an abatement work plan, project schedule and sketch of decontamination enclosures. e. Provide the following general services: setup HEPA-filtered negative pressure containment and decontamination enclosures; remove asbestos-containing materials designated in accordance with New Jersey State Department of Labor Industrial Code and other applicable State and Federal regulations; perform final cleaning; break down and remove containment after the work area is rendered suitable for re-occupancy, as determined via sampling by the CPIH/VPIH. f. Where applicable, remove asbestos-containing tile mastic to the extent feasible using hand scraping methods. Do not use solvents. g. The Contractor is responsible for installation and connection of all temporary utilities required to complete the abatement. VA personnel will show the contractor where to connect to water and power. Contractor shall provide and install temporary GFCI (Ground Fault Circuit Interrupter) panels for electrical service. h. The Contractor will be given an opportunity to view and inspect the work area prior to the issuance of contract. i. In some instances, the Contractor may be responsible for salvaging items from the work area (i.e., a non-asbestos suspended acoustical tile ceiling which requires removal to access asbestos for abatement). j. Contractor shall follow all direction of the VA COR and the VA s Professional Industrial Hygienist (VPIH) and shall clean and reclean work areas as required to meet state and federal air clearance requirements. Additional cleanings which may be required to meet the clearance standard are the responsibility of the contractor and shall be performed at no additional cost to the VA. k. The contractor is responsible for reviewing and complying with all the required federal and state codes & regulations and all the specifications & requirements mentioned in this SOW and attached Master Specifications. 4. Asbestos Abatement Project Coordination a. The COR will coordinate pre-abatement meeting(s) with Contractor including Contractor s Competent Person, VA Professional Industrial Hygienist/Certified Industrial Hygienist (VPIH/CIH) and Contractor s Professional Industrial Hygienist/Certified Industrial Hygienist (CPIH/CIH), provide reasonable and timely notice to occupants impacted by asbestos abatement activities including those adjacent to regulated areas of project dates and requirements for relocation (if needed), coordinate any background air samples, dust samples (as needed), and final clearance air sampling performed by the VPIH and CPIH, and ensure that any patients, staff or visitors who are sensitive to epoxy- or urethane-based encapsulants are provided reasonable and timely notice so they can be relocated for a suitable period of time, and the facility Safety Manager/Officer will determine re-entry times in consultation with Employee Occupational Health. (Refer to the section 2.3 of the Master Specifications 02 82 13.19) b. Contractor shall always ensure that there is a continuous and uninterrupted electrical power supply for each HEPA-filtered negative air machine used to maintain the regulated work area at the negative pressure differential required by the applicable VA asbestos abatement specifications. All internal combustion portable electric generators used indoors must be approved in writing by the COR and Safety Officer/Manager. 4.3 Infection Prevention Measure 1. Implement the requirements of VANJHCS Infection Control Risk Assessment (ICRA) team. ICRA Group may monitor dust in the vicinity of the construction work and require the Contractor to take corrective action immediately if the safe levels are exceeded. 2. Establish and maintain a dust control program as part of the contractor s infection preventive measures in accordance with the guidelines provided by ICRA. Prior to start of work, prepare a plan detailing project-specific dust protection measures, including periodic status reports, and submit to COR and Facility ICRA team for review for compliance with contract requirements. 3. All personnel involved in the construction or renovation activity shall be educated and trained in infection prevention measures established by the medical center. 4. The COR and VANJHCS Infection Control personnel shall review pressure differential monitoring documentation to verify that pressure differentials in the construction zone are appropriate for their settings. The requirement for negative air pressure in the construction zone shall depend on the location and type of activity. Upon notification, the contractor shall implement corrective measures to restore proper pressure differentials as needed. 5. If not already performed under the designated abatement scope, the following preventive measures (at a minimum) shall be adopted during construction to keep down dust. a. Dampen debris to keep down dust and provide temporary construction partitions in existing structures where directed by COR. Blank off ducts and diffusers to prevent circulation of dust into occupied areas during construction. b. HEPA filtration is required where the exhaust dust may reenter the breathing zone. Contractor shall verify that construction exhaust to exterior is not reintroduced to the medical center through intake vents or building openings. Install HEPA (High Efficiency Particulate Accumulator) filter vacuum system rated at 95% capture of 0.3 microns including pollen, mold spores and dust particles. Insure continuous negative air pressures occurring within the work area. c. Adhesive Walk-off/Carpet Walk-off Mats, minimum 600mm x 900mm (24 x 36 ), shall be used at all interior transitions from the construction area to be occupied medical center area. These mats shall be changed as often as required to maintain clean work areas directly outside construction area at all times. d. Vacuum and wet mop all transition areas from construction to the occupied medical center at the end of each workday. Vacuum shall utilize HEPA filtration. e. The contractor shall not haul debris through patient-care areas without prior approval of the COR. When, approved, debris shall be hauled in enclosed dust proof containers or wrapped in plastic and sealed with duct tape. Wipe down the exterior of the containers with a damp rag to remove dust. All equipment, tools, material, etc. transported through occupied areas shall be made free from dust and moisture by vacuuming and wipe down. f. There shall be no standing water in the work areas during construction. All accidental spills must be cleaned up and dried within 1 hour. Remove and dispose of any porous materials that remain damp for more than 72 hours. At completion, remove construction barriers and ceiling protection carefully. Vacuum and clean all surfaces free of dust after the removal Period of Performance. Contractor to start immediately after receiving the NTP, estimate completion time is 45 calendar days, including 10 days for submittals. All other details and information shall be contained in the solicitation which shall be posted. The solicitation will be released on or about August 20, 2025 . The response submittal address, date and time will be included in the solicitation. All responses/submissions should be electronic; faxed or hand delivered proposals will not be accepted. All prospective offerors must be currently registered in sam.gov and be registered and verified as a SDVOSB in www.vip.vetbiz.va.gov at the time of offer submission and before award of this procurement. THIS IS NOT A REQUEST FOR PROPOSAL
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4a1de6bf93e74f1d917504b24ed123c9/view)
- Place of Performance
- Address: 151 Knollcorft Road Lyons , N.J. 07939
- Record
- SN07543272-F 20250810/250808230043 (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 |