California Bids > Bid Detail

H999-- ASBESTOS INSPECTION San Diego VA Health Care System

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159872218187469
Posted Date: Jan 24, 2023
Due Date: Jan 24, 2023
Solicitation No: 36C26223Q0482
Source: https://sam.gov/opp/638b8e7ade...
Follow
H999-- ASBESTOS INSPECTION San Diego VA Health Care System
Active
Contract Opportunity
Notice ID
36C26223Q0482
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 24, 2023 02:48 pm MST
  • Original Response Date: Jan 24, 2023 04:00 pm MST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 24, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H999 - OTHER QC/TEST/INSPECT- MISCELLANEOUS
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Department of Veterans Affairs San Diego , CA 92161
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below.

The San Diego VA Health Care System located at 3350 La Jolla Village Dr, San Diego, CA 92161 is seeking a potential qualified contractor to conduct an on-site six (6) month periodic survey inspection of the current condition of asbestos at the facility to include, but not be limited to previously-identified asbestos containing materials (ACM), asbestos containing construction materials (ACCM), and assumed asbestos containing materials (AACM), herein collectively as ACM present in the facility.

Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 562910 ($25 Million).

Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered/certified with the U.S Small Business Administration at Veteran Small Business Certification (sba.gov).

All interested Offerors should submit information by e-mail: by e-mail to tammy.perrine@va.gov.

All information submissions to be marked Attn: Tammy Perrine, Contract Officer and should be received no later than 4:00 pm EST on February 3, 2023.


VASDHS Survey Inspections, Re-inspections and Six (6) Month Periodic Condition
Surveillance of Asbestos Containing Material
The Contractor shall conduct an on-site six (6) month periodic survey inspection of the current condition of asbestos at the facility to include, but not be limited to previously-identified asbestos containing materials (ACM), asbestos containing construction materials (ACCM), and assumed asbestos containing materials (AACM), herein collectively as ACM present in the facility. This survey shall be scheduled to occur at a frequency of one time every 6 months to ensure compliance with VA policy and adopted AHERA guidelines and requirements. Additional initial survey inspections or re-inspections may be warranted if deemed necessary (e.g., in areas where ACM was not previously identified or known present) as directed by the COR or identified by the Contractor. A minimum of two complete asbestos assessment survey inspections shall be completed within a 12-month timeframe.
SCHEDULE OF SERVICES:
All services are to be furnished at the VA facility for the base period of one (1) year with the Government s option to extend contract services for four (4) one-year option periods.
Survey inspections shall be scheduled at least seven (7) business days in advance with the contract office representative (COR) and are to be conducted within the first 30 days of the agreed upon date by the Contractor s personnel and the COR. Inspection reports shall be provided 1 month following each visual condition survey inspection date and delivered to the COR and Environment Health & Safety (EH&S), Mr. Robert West through a formal written report sent both in hard copy form and via electronic means.
LOCATION OF SERVICES:
(664)VA San Diego Healthcare System
3350 La Jolla Village Drive
San Diego, CA 92161
Building 1&2 including penthouse, roof and all interstitial spaces between each floor.
Building 9, 11, 12, 14, 16,17, 18, 20, 22, 23, 24, 25, 27, 28
QUALIFICATIONS OF THE CONTRACTOR:
Contractor and the designated inspector(s) must have experience in providing asbestos condition assessment services.
Contractor is a certified site surveillance technician (CSST).
Written report must be reviewed and signed off by a certified asbestos consultant (CAC).
Contractor and the designated inspector(s) shall meet the qualifications of an accredited Asbestos Hazard Emergency Response Act (AHERA) Building Inspector and have completed a minimum of a 3-day training program by an accredited company in accordance to 40 CFR 763. Certifications shall be current and properly maintained throughout the entire period of the contract.
Contractor shall be qualified to wear a respirator which includes having a current medical evaluation, annual fit-testing and annual training and maintain all applicable requirements with OSHA 29 CFR1926.1101, 29 CFR 1910.1001, 1910.132, 1910.134, comply with all VASDHS and national VA policies regarding asbestos, respiratory protection and personal protective equipment.
CONTRACTOR S RESPONSIBILITIES:
The Contractor shall obtain all necessary licenses and/or permits required to perform the work. The Contractor shall take all precautions necessary to protect people and property from injury or damage during the performance of this contract. The Contractor shall be responsible for any injury to its employees, and others as well as any damage to personal or public property that occurs during the performance of this contract when caused by the Contractor employees fault or negligence.
The contractor shall conduct a comprehensive surveillance inspection on a six (6) month basis, two inspections within each contract year beginning on the 2nd month of the contract award and the 8th month (with six months between each inspection), provide detailed information on the physical state and condition of the ACM, and submit the written report by the timeframe required (complete inspection in 1 month, complete written report 1 month from the last site visit) The asbestos condition assessments shall be conducted in accordance with professional recognized practice per AHERA and VA asbestos MCM policy.
If inspections or re-inspections are deemed necessary, contractor shall identify homogenous areas with material that has become friable and take bulk samples of homogeneous areas of newly friable material that is assumed ACM. A laboratory accredited by the National Institute of Standards and Technology (NIST) National Voluntary Laboratory Accreditation program (NVLAP) shall be used for any asbestos sample analysis.
Contractor shall visually reinspect and reassess the condition of all friable known or assumed ACM during the conditions-assessment survey.
Contractor shall visually inspect material previously considered non-friable ACM and physically or manually test the material to determine whether it has become friable during the inspection.
Contractor shall provide all current training and certification documentation as required by this contract.
CSST certifications
CAC certifications
Asbestos Building Inspector training record
Respirator medical evaluation and fit-testing record
TEST EQUIPMENT:
Contractor shall provide the appropriate equipment and/or supplies necessary to complete the work. The VA San Diego Healthcare System or its staff will not furnish parts and/or test equipment for the performance of this contract. All equipment that must be properly calibrated and maintained within manufacturer requirements shall be documented by the Contractor and information confirming this information provided to the COR and the Environment, Health and Safety Service with the deliverables.
WRITTEN REPORTS:
ACM Condition Inspection/Re-inspection and Periodic Surveillance Reports
The Contractor is required to submit in writing a complete report of all services rendered in both electronic and hard copy form to the Chief, Environment, Health, and Safety Service and COR. Any and all services not completed shall also be included with a rationale as to why they were not accomplished. At a minimum, the report must contain a detailed description of each inspection to include the following:
The classification and rationale using the seven AHERA categories:
Damaged or significantly damaged thermal system insulation (TSI);
Damaged friable surfacing ACM;
Significantly damaged friable surfacing ACM;
iv. Damaged or significantly damaged friable miscellaneous ACM;
ACM with potential for damage;
ACM with potential for significant damage;
Any remaining friable ACM or friable suspected ACM;
Condition of the material:
Location and amount of the material, both in total quantity and as a percentage of the functional space;
Type of damage or significant damage to the ACM;
Severity of damage;
Extent or spread of damage over large areas or large percentages of the homogeneous area;
Accessibility of the material and the potential for disturbance;
Known or suspected causes of the damage or significant damage;
Preventive measures which may eliminate the reasonable likelihood of undamaged ACM from becoming significantly damaged;
Written report shall contain the date of the inspection/reinspection, the name and signature of the person making the reinspection, State of accreditation, and his or her accreditation number, and any changes in the condition of known or assumed ACM. The report must also include information about the calibration details (pre and post values, calibration due date and expiration date) and equipment information (manufacturer, model, and serial number).
The report shall be written on the format provided:
1. 11 font size
2. Times New Roman
3. Typed
4. Hard copy Bounded
5. Electronic copy PDF document
A copy of the laboratory analysis, chain of custody, and results associated with the reports must be provided back to the requested Service. Written report and associated information must be provided to the COR and the Chief EH&S.
Contractor shall document and report to the using service and COR, any unsafe conditions.
REPORTING AT WORK SITE:
Inspections/reinspection s and all services shall be conducted during between the VA San Diego Healthcare System working hours of 7:30 a.m. through 4:30 p.m., Monday through Friday, excluding national holidays. Any exceptions to these times shall be coordinated and approved with the COR and Chief, Environment, Health and Safety Service.
SCHEDULED SERVICES AND RESPONSE TIME:
Any and all services conducted within the normal hours of operation are considered to be scheduled services. Any service that is scheduled at least two (2) days in advance, regardless of time of service required, shall be considered as a scheduled service. Overtime and emergency services are not covered under this contract.

BADGES AND PARKING:
(a) All Contractor personnel shall wear identification (I.D.) badges the entire time they are on the VA grounds. I.D. badges must have an identification picture and must state the name of the individual and the company they represent. Individuals not having their own acceptable identification will wear a visitor identification badge provided by the VA. These badges are to be signed for each day at the Police and Security Office and turned in each day upon leaving.
(b) It is the responsibility of the contractor s personnel to park in the appropriate designated parking areas. Parking information is available from the Security Office or from the Contracting Office Representative (COR). VA San Diego Healthcare System will not validate or make reimbursement for parking violations of the contractor s personnel under any circumstance.
TRAVEL:
Transportation charges and travel time for services requested will not be billed or paid under the resulting contract.
AUTHORIZED SERVICES:
Only those services specified herein are authorized under this contract.
CONTRACTING OFFICER S REPRESENTATIVE (COR):
The COR will be identified by name on this contract.
SMOKING POLICY:
Smoking is not permitted on facility grounds and property is strictly prohibited within VA buildings.
SAFETY STANDARDS:
In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer or his designee may determine to be reasonably necessary to protect the lives and the health of the occupants of any building. The Contracting Officer, or his designee, will notify the Contractor of any noncompliance with the foregoing provisions and the action to be taken. After receipt of such notice, the Contractor shall immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his representative at the site of work, shall be deemed sufficient for the purposes aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue a stop-work order for all or any part of the work and hold the Contractor in default as provided elsewhere in this contract.
GOVERNMENT HOLIDAYS:
The contractor is not required to provide service on the following National holidays, nor shall the Contractor be paid for these holidays.
The following national holidays observed by the Federal Government:
New Year s Day 1 January
Martin Luther King s Birthday Third Monday in January
President s Day Third Monday in February
Memorial Day Last Monday in May
Juneteenth 19 June
Independence Day 4 July
Labor Day First Monday in September
Columbus Day Second Monday in October
Veterans Day 11 November
Thanksgiving Day 4th Thursday in November
Christmas Day 25 December

If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States.
VHA Supplemental Contract Requirements for Combatting COVID-19
Contractor employees who work in or travel to VHA locations must comply with the following:
Documentation requirements:
If fully vaccinated, contractors shall show proof of vaccination.
NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination.
If unvaccinated, contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test that includes an affiliated telehealth service.
Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel.
Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.Â
Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates.
Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.Â

Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities.
For indefinite delivery contracts: Contractor agrees to comply with VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced.

Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 24, 2023 02:48 pm MSTSources 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 >