Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2025 SAM #8563
MODIFICATION

F -- 36C242-25-AP-2553 | 528-25-3-4895-0056 Buffalo VAMC 625B Abatement & Demo (VA-25-00065537)

Notice Date
5/5/2025 1:50:22 PM
 
Notice Type
Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24225B0026
 
Response Due
5/20/2025 9:30:00 AM
 
Archive Date
06/19/2025
 
Point of Contact
Devan Bertch, Contract Specialist
 
E-Mail Address
Devan.Bertch@va.gov
(Devan.Bertch@va.gov)
 
Awardee
null
 
Description
2 STATEMENT OF WORK (SOW): SUMMARY: This firm fixed price purchase order is for the provision of Abatement and Demolition Services the Buffalo VAMC located at 3495 Bailey Ave, Buffalo, NY 14215 to be completed within 21 days of award. OVERVIEW: All activities in this scope of work will be completed in Building 1 Room 625B. Services are to include abatement and demolition of existing interior finishes, All activities in this scope of work shall be done under abatement conditions. REQUIREMENTS: The Contractor shall provide personnel, material, services, and facilities to perform, accomplish, and deliver the required services detailed in this scope of work. Asbestos abatement shall be performed in accordance with all federal and state regulations and PG 18 1 MASTER CONSTRUCTION SPECIFICATIONS; SECTION 02 82 11 TRADITIONAL ASBESTOS ABATEMENT. SCOPE OF SERVICES: The work to be performed shall be performed in Building 1, Room 625B and shall be completed within 21 days of award and shall include the following: Demolish approximately 330 square feet of plaster ceiling in its entirety to include all wire mesh. There is known to be disturbed friable asbestos containing material (ACM) located on top of the plaster soffit and ceiling which shall be abated. Abate approximately 50 linear feet of ACM Duplex pipe insulation and mudded joint fittings above the plaster soffit and ceiling. Abate approximately 330 square feet of black floor mastic, the mastic is found to be non-ACM but fragments of ACM 12 x12 floor tile remain. Abate all ACM inside two (2) radiators that is located on the backside of the metal baffles. REQUIREMENTS: Demolition and Abatement performed under this contract shall be performed in accordance with 10 NYCRR Part 73 and PG 18 1: MASTER CONSTRUCTION SPECIFICATIONS. Demolition and Abatement work shall include, but is not limited to, all labor, material, equipment, and supervision to perform the required demolition, abatement, encapsulation, and disposal. All asbestos containing material shall be demolished and abated mechanically, chemical abatement shall not be permitted. Where the ACM recesses into the floor, ceiling, and adjacent walls, any remaining exposed ACM shall be encapsulated to prevent personnel exposure to any ACM during wall reconstruction. Air monitoring services during abatement activities shall be provided by the VA. CONTRACTOR QUALIFICATIONS: The Contractor shall have an active New York State Department of Labor Asbestos Handling License. All technicians working under this contract on abatement activities shall have an active New York State Department of Labor Asbestos Certificate with one of the following endorsements: Asbestos Handler (worker) Supervisor PERSONAL PROTECTIVE EQUIPMENT (PPE): The Contractor is responsible for obtaining/providing, inspecting, and maintaining any required Personal Protective Equipment (PPE) and access equipment (lifts, scaffolding, etc.) necessary to perform services identified in this scope of work. GUIDING DOCUMENTS: The following documents are applicable to this Scope of Work (SOW) to the extent specified herein. While every effort has been made to ensure the completeness of this list, document users are cautioned that they must meet all specified requirements of applicable documents, whether they are listed here or not. 01 00 00 GENERAL REQUIREMENTS 01 32 16.15 PROJECT SCHEDULES (SMALL PROJECTS) 01 35 26 SAFETY REQUIREMENTS 01 74 19 CONSTRUCTION WASTE MANAGEMENT 02 41 00 DEMOLITION 02 82 11 TRADITIONAL ASBESTOS ABATEMENT 02 82 13.19 FLOOR AND MASTIC ABATEMENT HOURS OF COVERAGE: The VAMC is a health care facility providing critical care 24 hours a day; as such disruptions in operations are not feasible and will need to be coordinated closely with the COR. Work shall take place during normal duty hours: Monday-Friday, 7:30am-3:30pm. Requests to conduct work on weekends and outside of normal duty hours must be submitted in writing at least seven (7) working days in advance of the anticipated work to the COR. If this new schedule is agreed upon, work can begin. The original written request will remain with all test documents along with any written agreements relative to the original requests. The following are Federal Holidays observed by the facility and the Contractor shall not expect access to the VA Facility of VA employees on these dates unless notified otherwise by the COR. Preventive maintenance or other services are not to be scheduled on these dates: New Year s Day Martin Luther King, Jr. Day Washington s Birthday Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day If it becomes difficult for the Contractor to complete services because of patient care related activities or security issues, the Contractor shall not be obligated to complete testing in the area of concern at the time of their scheduled visit. They will be obligated to complete their work at the time of the next scheduled visit to the facility. The final authority relative to this decision will be the COR. Unless fully absolved by the VA, Contractor shall be responsible for completing all work. ACCESS: Although the VAWNYHS campuses are public facilities, access to facility maintenance areas, electrical areas, mechanical areas, roof access, and certain other portions of the medical facility are restricted from the public. Accessing these areas may require advance notice, pre approval, and scheduling to gain entry. All visits and access requests to the VAWNYHS under this scope of work shall be coordinated through the Contracting Officer Representative (COR) at least 1 week in advance. IDENTIFICATION, PARKING, SMOKING, AND VAMC REGULATIONS/KEY CONTROL SAFETY: All Contractor employees who have access to VA facilities are subject to the same level of investigation as VA employees. Security and badging process to be determined by COR. Contractor employees shall always wear visible identification while on the premises of the VAMC. It is the responsibility of the vendor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement of parking violations of the vendor under any conditions. Smoking is prohibited on VAMC property to include inside privately owned vehicles (POV) parked on VAMC property. Smoking shall only be allowed off VAMC property. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of rekeying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor s employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. GENERAL REQUIREMENTS: In the performance of this contract, the contractor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer or designee shall notify the Contractor of any safety issues and the action necessary to correct the issues. Such Notice, when served to the Contractor or their representative at the work site shall be deemed sufficient for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly with notified safety deficiencies, the Contracting Officer may issue an order stopping all or part of the work and hold the Contractor in default. No tools or equipment shall be left unattended. All work areas must be clean at the close of the day and shall be left in the same condition as before work started. KICK OFF MEETING AND SITE SURVEY: This will be a joint meeting with both the abatement contractor and the air monitoring Consultant. The Contractor shall attend a Preconstruction Conference. In preparation for this meeting the Contractor shall submit: An updated work plan that adds additional details based upon approved submittal information. Revised or new Activity Hazard Analysis (AHA) based on approved submittals. Any additional clarifying details about the work to be performed that have been updated bases upon the approved submittals. Any action items resulting from this meeting shall be addressed prior to ordering any materials or beginning the actual construction work. This meeting shall comply with the terms of Section 3.1.2 of this SOW and the terms of PG 18 1 MASTER CONSTRUCTION SPECIFICATIONS; SECTION 01 35 26 SAFETY REQUIREMENTS (528 21 135); Article 1.6 Preconstruction Conference. RECORDS MANAGEMENT: Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format (paper, electronic, etc.) or mode of transmission (email, fax, etc.) or state of completion (draft, final, etc.). No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. RISK CONTROL: The Contractor shall take all precautions necessary to protect persons and property from injury or damage during performance of this contract. The Contractor shall be responsible for any injury to any Contractor Representative, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by the contractor s fault or negligence. 11 of 15 3/11/2022 SUBMITTALS: Data Item Type Responsible Party Description Date Delivery Qty SOW Ref Spec Ref Duration of Contract 1 Submittal Contractor Daily Status Report Every Morning NLT 0800 email NA 3.1.1 625B Abatement & Demolition Kick off Meeting and Site Survey 2 Submittal Contractor Kickoff Meeting Agenda Kickoff Meeting 5 Business Day(s) email NA 3.2.1 3 Submittal Contractor Work Plan (Draft) Concurrent with Kickoff Meeting Agenda email NA 3.2.1 01 00 00; 1.7.G 4 Submittal Contractor Schedule, Gantt Chart (Draft) Concurrent with Kickoff Meeting Agenda email NA 3.2.1 01 00 00, 1.7.G; 02 82 11, 2.4.1.A Action Contractor Kickoff Meeting and Site Survey NTP +5 Business Day(s) In person @ VAMC 1 3.2.1 VAMC Work Plan (Draft) Comments Concurrent with Kickoff Meeting VAMC Schedule, Gantt Chart (Draft) Comments Concurrent with Kickoff Meeting 5 Submittal Contractor Kickoff Meeting Minutes (Draft) Kickoff Meeting +5 Business Day(s) email NA 3.1.2 VAMC Kickoff Meeting Minutes (Draft) Comments Receipt of Draft +3 Business Day(s) 6 Submittal Contractor Kickoff Meeting Minutes (Final) Receipt of Comments +3 Business Day(s) email NA 3.1.2 Data Item Type Responsible Party Description Date Delivery Qty SOW Ref Spec Ref Submittals 7 Submittal Contractor Work Plan (Final) NTP +5 Calendar Day(s) email NA 01 00 00, 1.7.G 8 Submittal Contractor Schedule, Gantt Chart (Final) NTP +5 Calendar Day(s) email NA 01 00 00, 1.7.G; 02 82 11, 2.4.1.A 9 Submittal Contractor Employee Lists NTP +5 Calendar Day(s) email NA 01 00 00, 1.6.A; 02 82 11, 2.4.1.B 10 Submittal Contractor Keys and lock combinations (doors, tool boxes, equipment) NTP +5 Calendar Day(s) In person @ VAMC 2 01 00 00, 1.6.D 11 Submittal Contractor Electronic Security Memorandum NTP +5 Calendar Day(s) email NA 01 00 00, 1.6.E 12 Submittal Contractor Vehicle registration NTP +5 Calendar Day(s) email NA 01 00 00, 1.6.F 13 Submittal Contractor Accident Prevention Plan (APP) Preconstruction Conference 5 Calendar Day(s) email NA 01 35 26, 1.4 14 Submittal Contractor Fire Safety Plan Preconstruction Conference 5 Calendar Day(s) email NA 01 35 26, 1.14 15 Submittal Contractor Activity Hazard Analysis (AHA) Preconstruction Conference 5 Calendar Day(s) email NA 01 35 26, 1.5 16 Submittal Contractor OSHA Training Certificates Preconstruction Conference 5 Calendar Day(s) email NA 01 35 26, 1.8 Data Item Type Responsible Party Description Date Delivery Qty SOW Ref Spec Ref 18 Submittal Contractor Certificate of Worker's Acknowledgment Preconstruction Conference 5 Calendar Day(s) email NA 02 82 11, 2.4.1.B 25 Submittal Contractor Experience and Qualifications Preconstruction Conference 5 Calendar Day(s) email NA 02 82 11, 2.4.1.H VAMC Submittal Reviews Submittal Receipt +3Calendar Day(s) Preconstruction Conference 28 Submittal Contractor Preconstruction Conference Agenda Preconstruction Conference 5 Business Day(s) email NA 3.1.2 Action Contractor Preconstruction Conference NTP +5 Calendar Day(s) In person @ VAMC 3.2.3 01 35 26; 1.6 2
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f61ff5c96ef34ef7a14e19291fd6ec3f/view)
 
Record
SN07430371-F 20250507/250505230038 (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.