SOLICITATION NOTICE
F -- Brooklyn VAMC Bldg. 14 Mold Analysis, Abatement, & Remediation (VA-25-00051921)
- Notice Date
- 2/28/2025 1:48:13 PM
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24225Q0399
- Response Due
- 3/21/2025 8:00:00 AM
- Archive Date
- 06/28/2025
- Point of Contact
- Charlie Augustin, Contracting Officer, Phone: 718-526-1000 X2298
- E-Mail Address
-
Charlie.Auagustin@va.gov
(Charlie.Auagustin@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Presolicitation Notice Presolicitation Notice Page 5 of 5 Presolicitation Notice *=Required Field Presolicitation Notice Page 1 of 5 ****THIS NOT A SOLICITATION**** This is a public synopsis of a forthcoming solicitation in accordance with FAR 36.213-2. This is NOT a solicitation, and no solicitation documents are currently publicly available. Solicitation expected on or about March 7th, 2025. Pre-Solicitation Notice for Solicitation 36C24225Q0399; Project Mold Anaysis, Abatement & Remediation BLDG 14 as required in scope of work, drawings and specifications, located at the VA New York Harbor Healthcare System, Brooklyn Veterans Affairs Medical Center, 800 Poly Place Brooklyn, NY 11209-7104 This project is 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside under the authority of 38 U.S.C. 8127 As a result, competition for this requirement is restricted to SDVOSB firms. Firms must be verified by the SBA Veteran Small Business Certification (VetCert). The Contractor shall furnish all labor, materials, tools, supervision, equipment, safety, necessary to perform the repair. At minimum, the following shall be performed: 1. The Contractor shall take all necessary precautions and safety measure to protect all patients and end users from all repair related activities. The Contractor shall test and verify all repairs to ensure proper operation. 2. The Contractor must have OSHA training, and specialized OSHA training. Lock-out/Tag-out is required prior to commencement of work. The Contracting Officer or his/her designee will notify the contractor of any noncompliance and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work and hold the Contractor in default. 3. All work shall be done in accordance with NFPA, Life Safety, VA Standards and Regulations, and OSHA regulations. In the performance of all work, the workers must be incompliance with safety regulations governing worker safety (OSHA: 29 CFR 1926 Safety and Health Regulations for Construction; NFPA, Life Safety Codes, etc.). 4. The Contractor shall follow all Infection Control measures and Interim Life Safety measures. All work performed will be in an operational healthcare facility. 5. All work shall be done in compliance with all VA Policy and requirements. 6. The Contractor shall provide daily log, certified payroll, and any required submittals. The Engineering Logbook shall be signed each day the Contractor perform work. The Contractor shall complete VA Privacy Training and VA Badge Requirement. 7. Contractor shall account for any additional expenses for afterhours/weekend work. 8. The Contractor shall guarantee that all work performed will be free from all defects in workmanship and materials and that all installation and repair will provide the capacities and characteristics specified. Contractor shall guarantee that if, during a period of one year from the date of the certificate of completion and acceptance of the work, any such defects shall be repaired by the contractor at his own cost. 9. It is the responsibility of the contractor to verify all quantities, field conditions and measurements prior to starting work. The contractor shall notify the CO/COR and VA Engineering Team of any differing site conditions prior to starting. 10. The Contractor shall always provide an English-Speaking working supervisor on-site when work is being performed and for the duration of this project. Supervisor must have a minimum of five (5) years of experience as a supervisor on five (5) projects like this. 11. The Contractor shall provide his own storage for materials. The VA is not responsible for loss of tools, materials, equipment, etc. 12. The Contractor shall post visible required warning signs and barriers prior to beginning any work. 13. The Contractor shall be responsible for any damage caused by his employees. All damages shall be repaired and/or replaced at no additional cost to the government. 14. The Contractor shall be responsible for the proper and safe removal and disposal of all debris. 15. The Contractor shall perform cleanup at any time when work area becomes cluttered and/or restricts traffic. At minimum, the Contractor shall clean work area at the end of each work shift. 16. The Contractor must coordinate and schedule all work with the VA. 17. The C&A requirements do not apply, and that a Security Accreditation Package is not required. 18. The Contractor is responsible for completing the VA Privacy and Information Security Awareness training. Estimated construction cost range is $500,000 and $1,000,000. The project is classified under NAICS: 562910, Remediation Services. Performance Period: Will be updated in solicitation. Prospective contractors must be registered and verified as a Service- Disabled Veteran Owned Small Business (SDVOSB). SDVOSB firms must be verified by the SBA Veteran Small Business Certification (VetCert): Veteran Small Business Certification (sba.gov) and all offerors must be registered in the System for Award Management (SAM): https://www.sam.gov/SAM/ in accordance with 38 CFR Part 74 and VAAR 819.70 to be eligible for award. This project requires bonding. A bid bond is required, and the bid guarantee amount shall be at least 20 percent of the bid price but shall not exceed $3 million. All relevant solicitation documents, including specifications and drawings, may be accessed for download on the date of issue by conducting a search of Solicitation 36C24225Q0399 on https://sam.gov/content/opportunities under Contract Opportunities. Any amendments to the solicitation will be posted solely to this website. It is the responsibility of the offeror to verify the number of amendments issued. All other details to include information on site visit will be included in the solicitation document and will be posted on https://www.sam.gov. It is anticipated that the solicitation will be issued on/about March 7th ,2025. The POC for this project is Charlie Augustin (Charlie.Augustin@va.gov). No questions will be considered until the actual solicitation is released. This project is 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside under the authority of 38 U.S.C. 8127. As a result, competition for this requirement is restricted to SDVOSB firms. Firms must be verified by the SBA Veteran Small Business Certification (VetCert). Add, as Service-Disabled Veteran Owned Small Business.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/afb12efffd1549f6a64899a699a369a9/view)
- Place of Performance
- Address: DEPARTMENT OF VETERANS AFFAIRS NCO2 VA NEW YORK HARBOR 800 POLY PLACE, Brooklyn, NY 11209, USA
- Zip Code: 11209
- Country: USA
- Zip Code: 11209
- Record
- SN07357294-F 20250302/250228230042 (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 |