Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
SOLICITATION NOTICE

Y -- Project No. 550-10-114, Asbestos Abatement Phase II

Notice Date
2/25/2010
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Veterans Affairs;Contract Service Center (90 CSC);Illiana Health Care System;1900 E. Main St.;Danville IL 61832-5198
 
ZIP Code
61832-5198
 
Solicitation Number
VA-251-10-IB-0102
 
Response Due
3/13/2010
 
Archive Date
6/20/2010
 
Point of Contact
CARI SNYDER
 
E-Mail Address
CARI.SNYDER@VA.GOV
(CARI.SNYDER@VA.GOV)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Scope of Work Asbestos-Phase II #550-10-114 Asbestos Abatement and re-insulation- Building 101, 104, 104 Catwalk, 100, 98, and 58 This is a pre-solicitation announcement for the Department of Veterans Affairs, VA Illiana Health Care System Medical Center located in Danville, Illinois. An Invitation for Bid will be issued on or about March 13, 20109 for a construction project to Remove all Asbestos containing materials. This announcement is a total set-aside for Service Disabled Veteran Owned Small Business. The VA is seeking a Contractor to provide all labor, supervision, materials, and equipment necessary to perform the following work: Provide all labor, materials, tools, equipment and qualified supervision necessary to remove all Asbestos containing materials. All abated pipe insulation shall be re-insulated. Work shall be performed on scheduled steam outages by the VA. Steam outages will only be scheduled on Saturdays when the outside temperatures are above 50 degrees. Asbestos containing materials are located in the following areas: "Building 101- Mechanical Room #127E. Contractor shall remove approximately 400 LF Asbestos containing pipe insulation. Contractor shall re-insulate approximately 400 LF of piping. "Building 101- Mechanical Room #127E. Contractor shall re-insulate approximately 70 LF of tank and piping. "Building 101- Mechanical Room #119E. Contractor shall remove approximately 200 LF Asbestos containing pipe insulation. Contractor shall re-insulate approximately 200 LF of piping. "Building 104- Bowling Alley #132. Contractor shall remove approximately 2,340 SF Asbestos containing ceiling tile. "Building 104- Catwalk. Contractor shall re-insulate approximately 100 LF of piping. "Building 100- First Floor. Contractor shall remove approximately 164 LF Asbestos containing pipe insulation. Contractor shall re-insulate approximately 164 LF of piping. "Building 100- Second Floor. Contractor shall re-insulate approximately 10 LF of piping. "Building 100-Third Floor. Contractor shall re-insulate approximately 20 LF of piping. "Building 98- Mechanical Room #110B. Contractor shall remove approximately 50 LF Asbestos containing pipe insulation. Contractor shall re-insulate approximately 50 LF of piping. "Building 98- OEF/OIF #B110. Contractor shall remove approximately 10 LF Asbestos containing pipe insulation. Contractor shall re-insulate approximately 10 LF of piping "Building 58- Mechanical Room #144B. Contractor shall remove approximately 120 LF Asbestos containing pipe insulation. Contractor shall re-insulate approximately 145 LF of piping. "Building 58- Attic. Contractor shall remove approximately 14 LF Asbestos containing pipe insulation. Contractor shall re-insulate approximately 14 LF of piping plus/minus 10% variations as indicated in contract specifications section 028213.13. The contractor shall be licensed in the state of Illinois and shall abate materials in accordance with state and local EPA and OSHA regulations. Contractor shall also procure the services of a licensed Industrial Hygienist to provide services to conduct all air monitoring, sampling, final report writing, etc. thru out the project. Prior to commencing work, general contractor shall provide proof that an OSHA certified "competent person" (CP) (29 CFR 1926.20(b) (2) with 30-hour OSHA certification will maintain a presence at the work site whenever the general or subcontractors are present. Employees of general contractor or subcontractors shall have the 10-hour OSHA certified Construction Safety course and /or other relevant competency training, as determined by VA Contracting Officer with input from the ICRA team. This construction project is set-aside for Service-Disabled Veteran-Owned Small Business firms (SDVOSB). The North American Industry Classification Code (NAICS) for this procurement is 562910 and size standard $14 million applies. In accordance with FAR 36.204, disclosure of the magnitude of this construction project is between $100,000 and $250,000. The government intends to award a Firm Fixed Price Contract by April 2010. This notice is for informational purposes only and is not a request for submission of offers. No other information is available until issuance of the solicitation. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and VA will provide no hard copies. The solicitation, consisting of various bid documents, specifications, forms, and drawings will be available for download at no charge at the Federal Business Opportunities (FBO) System website (http://www.fbo.gov) on or about March 13, 2010 with a due date to be specified in the Solicitation. Further details of all dates and events, including site visit and bid opening date, will be available in the solicitation. All interested bidders (prime contractors & subcontractors) should register at www.fedbizopps.gov so that others will know of your interest in participating in this procurement and for automatic receipt of updates and/or amendments. A Bidder's Mailing List WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Bidder's responsibility to register at the Fedbizopps website. Bidders are advised that they are responsible for obtaining all bid documents and acknowledging any amendments, and should re-visit the FBO website periodically to check for any modifications to this notice, updates, or amendments without further notice from the VA. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov, shall be registered in the Central Contractor Registration (CCR) database at http://www.ccr.gov, and be registered at http://www.vip.vetbiz.gov prior to award of a contract. Award is subject to the availability of funds. Address all questions in writing to the issuing office via email at cari.snyder@va.gov. No telephone inquiries will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA-251-10-IB-0102/listing.html)
 
Place of Performance
Address: VA ILLIANA HEALTH CARE SYSTEM;1900 E. MAIN STREET;DANVILLE, IL
Zip Code: 61832
 
Record
SN02077202-W 20100227/100226095431-6ffe0c18f4a33d739a65c46709eba1ab (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.