Virginia Bids > Bid Detail

H256--676-24-500 ACM and Monitoring IDIQ

Agency:
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159810049148979
Posted Date: Nov 29, 2023
Due Date: Dec 13, 2023
Source: https://sam.gov/opp/9f0071e7f7...
Follow
H256--676-24-500 ACM and Monitoring IDIQ
Active
Contract Opportunity
Notice ID
36C25224R0011
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 29, 2023 12:05 pm CST
  • Original Response Date: Dec 13, 2023 05:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: H256 - EQUIPMENT AND MATERIALS TESTING- CONSTRUCTION AND BUILDING MATERIALS
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:
    Tomah VA Medical Center 500 East Veterans Street Tomah , 54660
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY

Sources Sought Notice: This Sources Sought Notice 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. The purpose of this notice is to obtain information on CVE VetBiz VERIFIED Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), [listed in Vendor Information Pages (VIP)] and other Small Business (SB) interests, capabilities, and qualifications to determine if a set-aside is appropriate. Responses to this sources-sought announcement will be used by the Government to make an appropriate decision. Proposals are NOT being requested or accepted at this time.

676-24-500 Asbestos Containing Materials Testing and Monitoring: The Department of Veterans Affairs has a requirement to establish a new single award Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Asbestos Containing Materials Testing and Monitoring at the Tomah VA Medical Center in Tomah, WI. This requirement engages a contractor to provide project oversight during planned abatement activities. Provide Asbestos Project Manager/Air Sampling Profession (APM/ASP) to perform project oversight, and asbestos air monitoring and clearance sampling for planned abatement activities. All APM/ASP services shall be conducted in accordance with all applicable and current Federal and State of Wisconsin Department of Publish Health regulations for asbestos abatement. This requirement is for abatement testing and monitoring only. The abatement testing and monitoring contractor cannot also be the abatement (removal) contractor. All work under this IDIQ will be for the Tomah VA Medical Center, Tomah, WI.

Period of Performance: Five-Year Ordering Period
Contract Type: Firm-Fixed Price IDIQ
Contract Maximum Value: $750,000.00
Contract Minimum Value: $2,000.00
NAICS: 541620, Environmental Consulting Services
Size Standard: $19 Million

RESPONSE INFORMATION: The following information is requested in response to this Notice from interested firms.

Provide all current licenses issued by the Wisconsin Department of Public Health for Testing and Project Monitoring for Asbestos and Lead.

Company name, address, point of contract, phone number, SAM - Unique Entity ID (UEI), and business status. Identify self-performance, any Teaming Agreement or Arrangement, and/or intention of subcontracting.

Evidence of your Firm s ability to perform 50% of the requirement IAW 52.219-14 Limitations on Subcontracting Clause. All information must be submitted insufficient detail for a decision to be made on the availability of interested SDVOSB, VOSB or SB concerns.

Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB, VOSB or SB concern. If adequate interest is not received this action will not be set-aside.

Total submittal shall be no longer than 15 pages in one .pdf file or word document.

Responses are required to be sent via email the Contracting Specialist at kyle.ledlie@va.gov and Contracting Officer at ryan.mcmillin@va.gov no later than December 13, 2024 at 17:00PM CST. Email responses shall have the following SUBJECT Line: Sources Sought 676-24-500-[COMPANY NAME].

Companies must be registered in the System for Award Management (SAM). Interested companies can register at https://www.sam.gov/content/home. SDVOSB and VOSB firms must be CVE registered/verified by the Center for Veteran Enterprises (CVE) under NAICS 541620.
NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT IS SEEKING INFORMATION FOR MARKET RESEARCH PURPOSES ONLY. THE GOVERNMENT MAY OR MAY NOT ISSUE SOLICITATION DOCUMENTS TELEPHONE INQUIRIES WILL NOT BE RETURNED.
Attachments/Links
Contact Information
Contracting Office Address
  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 29, 2023 12:05 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >