Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2010 FBO #2974
MODIFICATION

C -- ENVIRONMENTAL LIABILITIES ASSESSMENT AE

Notice Date
1/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Veteran Affairs;VISN 11 CSC Michigan (90VC);5500 Armstrong Rd.;Battle Creek MI 49037
 
ZIP Code
49037
 
Solicitation Number
VA-251-10-RP-0032
 
Response Due
1/27/2010
 
Archive Date
5/6/2010
 
Point of Contact
Scott D BrennanContract Specialist
 
E-Mail Address
Scott Brennan, Contracting Officer
(scott.brennan2@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Seeking Architect/Engineer (AE) to provide design services necessary to furnish: Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for project # 515-10-105, Environmental Liabilities Assessment at the Department of Veterans Affairs VA Medical Center in Battle Creek, Michigan as described below: Annual requirement for an environmental liability statement must be met by the Veterans Administration and this assessment will evaluate the liability the station carries. This project will update the station asbestos survey, delivered by Energy & Environmental Technology Co.(EETCO) Inc. in March 1995, and also determine the extent of Polychlorinated Biphenyl (PCB) and dioxin contaminants, station wide. The VA will supply historical documents that will allow the design the AE to determine a starting point for their assessment. The AE will review pertinent asbestos regulations along with the existing station asbestos plan, develop a gap analysis to cover areas not previously assessed and complete a new asbestos condition assessment. The new assessment will provide a location, material condition and type for any asbestos not previously identified. The report will recommended removal or maintenance for all asbestos on station based on both the records review and the new assessment. Any required asbestos sampling and testing will be a part of the assessment as will marking of all asbestos. The assessment will require a random number of samples in each building depending on the number of homogeneous areas determined, but the the AE is expected to provide a minimum of 600 samples. A written report will detail all of this information and will include details of both the existing and new asbestos to form a single, cohesive document. The AE will provide the document in written and electronic format to allow future updates by the station. The AE will develop drawings of all buildings that detail all asbestos contamination present, utilizing cad based drawings supplied by the station. All work will be in accordance with protocols mandated for such activities under 40 Code of federal Regulation (CFR) 763 and other pertinent federal, state and local regulations. The AE will review pertinent dioxin regulations, conduct a condition assessment and provide removal, maintenance and disposal instructions based on their assessment of the dioxin contamination found on station. The station is aware of three locations that will require dioxin sampling and testing as part of the assessment (Bldgs 3, 97, 154). A written report will detail all of the this information. The AE will provide the document in written and electronic format to allow future updates by the station. All work will be in accordance with applicable federal, state and local regulations. In addition, the the AE will develop drawings, specifications and bid documents for the removal and disposal of any dioxin hazards. The AE will review pertinent PCB regulations, conduct a condition assessment and provide removal, maintenance and disposal instructions based on their assessment of the PCB contamination found on station. The station is aware of three suspected PCB locations that will require sampling and testing as part of the assessment (baseball field transformers, switchs in B 97, several isolators in storage). A written report will detail all of the this information. The AE will provide the document in written and electronic format to allow future updates by the station. All work will be in accordance with the Toxic Substance Control Act rules as well as other pertinant federal, state and local regulations. In addition, the AE will develop drawings, specifications and bid documents for the removal and disposal of any PCB hazards. The AE will perform asbestos, dioxin and PCB assessments (site drawings will be provided). Assessments will include all interior and exterior areas of buildings and outside areas where the three items of interest may be present. This will include but not limited to, roofs, attics, above suspended ceilings, accessible pipe chases, crawlspaces, above plaster ceilings (if accessible), all accessible interstitial spaces, penthouses, exterior surfaces and equipment, manholes, and underground tunnels. Qualifications submitted by each firm will be reviewed and evaluated based on the following criteria: 1. Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required. 2.Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team. 3.Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously. 4.Past record of performance on contracts with the Department of Veterans Affairs. This factor may be used to adjust scoring for any unusual circumstances that may be considered to deter adequate performance by an A/E. 5.Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located 6.Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design 7.Inclusion of small business consultant(s), and/or minority owned consultant(s), and/or women-owned consultant(s), and/or veteran owned consultant(s), and/or disadvantage veteran owned consultant(s), and/or HUBZone consultant(s). The NAICS Codes for this procurement is 541620 Professional, Scientific, and Technical Services / Management, Scientific, and Technical Consulting Services / Environmental Consulting Services. There is no socio-economic set-aside associated with this advertisement and therefore this acquisition is open to all firms meeting the qualifications. Qualified A-E firms are required to respond if interested by submitting two (2) completed SF Form 330 packages (form available on-line at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF). Submission information incorporated by reference is not allowed. All submissions must be bound in some manner (spiral, wire, binder, etc). Mail to the Department of Veterans Affairs, VA Medical Center, CSCMichigan (90VC)., 5500 Armstrong Rd., Bldg 9 - Room 105, Battle Creek, MI 49037, Attn: Scott D. Brennan, Contracting Officer to be received by no later than 4:30 PM local time on Jan 27, 2010. No solicitation document is available and telephone inquires will not be honored. No faxed or emailed forms will be accepted nor considered. After the evaluation of submissions in accordance with the evaluation criteria a 'short list' of three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. The Government will not pay nor reimburse any costs associated with responding to this sources sought request. The Government is under no obligation to award a contract as a result of this sources sought announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BCVAMC515/BCVAMC515/VA-251-10-RP-0032/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;VA Medical Center;5500 Armstrong Rd.;Battle Creek;MI
Zip Code: 49037
 
Record
SN02041340-W 20100115/100113234852-239c97b2a762db821fa7d593959ce2f7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.