Search Contract Opportunities

Asbestos Inspection and Survey 36C25625Q0460

ID: 36C25625Q0460 • Type: Sources Sought

Description

Department of Veterans Affairs Network Contracting Office (NCO) 16 Sources Sought Notice DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Sources Sought Notice (SSN) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this SSN. 1. Title: Asbestos inspection and survey 2. Purpose: The Network Contracting Office (NCO) 16, located at Galleria Financial Center, 5075 Westheimer Rd, Ste 750, Houston, TX 77030, hereby issues the following SSN with the intent of determining the contractor interest, capabilities, qualifications of potential businesses, nonmanufacturer rule compliance, Buy American Act compliance, Trade Agreement compliance and estimated industry pricing information for market research and estimated budgetary purpose for the item in the title above. Contractor shall provide all applicable shipping, containers, personnel, labor and testing for the item in the title above and associated materials. This SSN is published for market research purposes. This SSN will be used to determine if a set-aside for any small business program is appropriate. Government anticipates competitive, firm fixed price Blanket Purchase Agreement (BPA). Please review this announcement, respond to questions and information below in their entirety. Government requests interested offerors complete all questions below, provide required documentation, descriptive literature and authorization letter as described below. The Government is in no way obligated to do business with or enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. 3. Objective: To find qualified and certified contractors with the capability to provide and deliver: Asbestos inspection and survey 4. Place of Performance: Overton Brooks VA Medical Center Overton Brooks VA Medical Center Delivery Location and delivery address 510 East Stoner Avenue Shreveport, LA 71101 5. Responses Requested: The NCO 16 requires all the following information and questions answered 5a through 5q in this SSN as it relates to the Statement of Work (SOW) below: Questions and information not provided shall be considered nonresponsive and contractor shall not be considered as part of the market research. a. Do you (contractor) possess the capability to meet the government requirements of Section (A and B) Scope of the Draft SOW? b. Do you (contractor) possess the capability to meet the delivery location in Section B.4(C) Delivery in the Draft SOW? c. Contractors shall provide their point(s) of contact name, address, telephone number, and email address, and the company's business size, and SAM Unique Entity Identification Number. Contractor shall remove and dispose of any waste generated during the survey in accordance with all Local, State and VA requirements. The Asbestos Inspectors, Management Planner, Abatement Project Designers, Abatement Contractor/Supervisors, Air Monitors (required to be accredited as a Contractor/Supervisor), and Abatement Workers must be currently accredited in Louisiana with the Louisiana Department of Environmental Quality (LDEQ) and licensed with the Louisiana State Licensing Board for Contractors (LSLBC). Please provide current certifications and license. d. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications. The Department of Veterans Affairs requires all companies must be active at the time of response in betaSAM.gov at the website https://sam.gov/content/home and if a Veteran owned business registered with SBA- Veteran Small Business Certification (VetCert) at the website Veteran Small Business Certification (sba.gov) . e. Is your company considered small under the NAICS code 562910? f. Do you (Contractor) manufacture the product itself or is a distributor of the item(s) being researched above? Section four B.(4)a Line items of the Draft SOW g. Are you an authorized distributor/reseller? Provide evidence from original equipment manufacturer (OEM). Preferably on the manufacturer s letterhead to include country of origin. If not applicable state not a manufactured end product. h. Do you (Contractor) supply a product manufactured by another domestic small business, if it is a nonmanufacturer? i. Do you (Contractor) supply the product of any sized manufacturer if SBA has granted a waiver to the nonmanufacturer rule? j. Is your (Contractor) Buy American Certificate completed in SAM? Please provide evidence with response. k. Is your (Contractor) Trade Agreement Certificate completed in SAM? Please provide evidence with response. l. Information for the product being requested, is it manufactured in the US, please provide address where manufactured? m. Information for the product being requested, is it manufactured outside the US-Domestic non-available please provide country of origin? n. Information for the product being requested, is it a foreign manufactured product under the trade agreement? o. What is an estimated schedule of delivery the product? For services the estimated schedule for work (install and/or training)? p. For the product required, Is your company available under any: Government Wide Agency Contract (GWAC) General Services Administration Schedules (GSA) Indefinite Delivery Indefinite Quantity (IDIQ) Blanket Purchase Agreement (BPA) If yes, please list the contract number for product. q. Contractors shall provide an estimated industry pricing for products for market research and budgetary purpose. This pricing should include Company name, contact person s name, phone number, company Unique Entity ID number (UEI) formerly DUNS number and email address. 6. Opportunity: The NCO 16, is seeking information from potential contractors on their ability to provide this service. THIS IS A SOURCES SOUGHT NOTICE ONLY. Small Business Concerns are encouraged to provide responses to this Sources Sought in order to assist the NCO 16 in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives. 7. Instructions and Response Guidelines: Sources Sought responses are due by April 18, 2025, at 10:00 am (CST) via email to mari.gibson@va.gov. All Questions shall be submitted by April 16, 2025, at 10:00 am (CST) via email to mari.gibson@va.gov. Telephone requests or inquires will not be accepted. Public Information will not be provided and shall be utilized to the full extent possible. This a New Requirement. The subject line shall read: 36C25625Q0460 Asbestos inspection and survey NO SOLICITATION EXISTS AT THIS TIME. Please limit response to no more than five pages on subparagraphs 5(a) - 5(q). Please provide the information you deem relevant in order to respond to the specific inquiries of the SSN. Information provided will be used solely by NCO 16 as "market research" and will not be released outside of the NCO 16 Purchasing and Contract Team. This SSN does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this SSN is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it will be synopsized on Contracting Opportunities (https://beta.sam.gov/) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this Sources Sought, or future RFP/RFQ. 8. Contact Information: Contract Specialist, Mari Gibson, Email address: mari.gibson@va.gov Your responses to this notice are appreciated. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES/PROPOSALS; however, any firm that believes it can meet the requirements may provide answers, responses and give written notification prior to the response due date and time. Supporting evidence and responses must be furnished in enough detail to demonstrate the ability to perform the requirements. Draft Statement of Work Asbestos survey and semi-annual verification/update Overton Brooks VA Medical Center 510 E. Stoner Avenue Shreveport, LA 71101-4295 Contractor shall provide all the labor, material, tools, and equipment necessary to complete (2) 3-year Asbestos surveys and (10) semi-annual condition assessments of existing friable Asbestos Containing Material (ACM) at the Overton Brooks VA Medical Center (OBVAMC), 510 E. Stoner Avenue, Shreveport, LA 71101-4295 The scope of work for this project is outlined below: A. 3-year Asbestos removal survey (2025, 2028) 1. An accredited and licensed asbestos inspector and management planner will review all prior inspections and management plan information on file and compare this information with existing conditions for each facility. 2. The management plan will be reviewed for compliance with requirements of Asbestos Hazard Emergency Response Act (AHERA) and the Louisiana Department of Environmental Quality (LDEQ), Louisiana State Licensing Board for Contractors (LSLBC) and have current accreditation with LDEQ and license with LSLBC. Any required corrections will be made and noted in the reinspection. 3. Each facility reinspection will be completed by an accredited asbestos inspector. The asbestos accreditation disciplines are: Inspectors Management Planners Abatement Project Designers Abatement Contractor/ Supervisors Air Monitors required to be accredited as a Contractor/Supervisor Abatement Workers 4. For each facility, the inspector will complete the following tasks: a. Visually reinspect and reassess the condition of all friable known or assumed Asbestos-Containing Materials (ACM). b. Visually inspect material previously considered non-friable ACM, and physically touch the material to determine whether it has become friable since the last inspection. c. Identify any homogeneous areas with material that has become friable since the last inspection or reinspection. d. Collect bulk samples for analysis of newly friable material that is already assumed (not sampled) to be ACM, or collect additional bulk samples to fully assess the suspect materials. e. Visually inspect, sample, analyze, and assess the conditions of building materials that have been added to the facility since the last inspection or reinspection. Contractor shall remove and dispose of any waste generated during the stack test in accordance with all Local, State and VA requirements. f. Assess the condition of the newly friable material in areas where samples are collected and of newly friable material in areas assumed to be ACM. g. Reassess the condition of friable known or assumed ACM previously identified. h. Record above information on inspection logs for each facility. 5. A management planner will review the above information and complete the following required functions: a. Review each management plan for compliance with AHERA and LDEQ regulations and ensure the plan reflects the current conditions. b. Review the results of each reinspection and assessment. c. Recommend in writing the appropriate response actions. d. Sign and date the review documents, include the accreditation number of inspectors and planners, and submit a copy to the Designated Person. 6. The following information will be submitted to the Designated Person under AHERA and LDEQ, for inclusion in the management plan for each facility and optionally at a central office location: a. The date of the inspection, the name and signature of the asbestos inspector(s) performing the inspection, state of accreditation, accreditation number, and any changes in the condition of known or assumed ACM. b. The exact locations where samples are collected during the inspection, a description of the manner used to choose sampling locations, the name and signature of each asbestos inspector who collected the samples, state of accreditation, and accreditation number. c. Any assessments or reassessments made of friable material, the name and signature of the asbestos inspector(s) performing the assessment, state of accreditation, and accreditation number. B. Semi-Annual asbestos survey validation 1. As required by VHA Directive 7714, paragraph 5 section h (8), all ACM identified in the Facility Asbestos Operations and Maintenance (O&M) Plan will undergo inspection and periodic surveillance every six (6) months. 2. SPECIAL PROPOSAL CONSIDERATIONS BY THE CONTRACTOR: Contractor shall remove and dispose of any waste generated during the Asbestos survey in accordance with all Local, State and VA requirements. The Asbestos Management Planner and Project Designer must be currently licensed in Louisiana as a Professional Engineer and/or Certified Industrial Hygienist. All asbestos companies must be licensed for asbestos abatement with LSLBC. 3, SAFETY CONSIDERATIONS: Contractor s workmen shall provide and utilize any items required to ensure safety requirements are in accordance with Occupational Safety and Health Administration (OSHA) and LDEQ regulations during all phases of the work. 4. Period of Work: Base year, plus four years. Survey inspection (two) every three years and semi-annual inspections bi-annually (two per year). a. Line item one: Contractor shall perform three (3) year Survey and complete the following duties: 1. An accredited asbestos inspector and management planner will review all prior inspections and management plan information on file and compare this information with existing conditions for each facility. 2. The management plan will be reviewed for compliance with requirements of AHERA and LDEQ and have current accreditation with LDEQ and licensed with LSLBC. Any required corrections will be made and noted in the reinspection. 3. Each facility reinspection will be completed by an accredited asbestos inspector. 4. For each facility, the inspector will complete the following tasks: a. Visually reinspect and reassess the condition of all friable known or assumed Asbestos-Containing Materials (ACM). b. Visually inspect material previously considered non-friable ACM, and physically touch the material to determine whether it has become friable since the last inspection. c. Identify any homogeneous areas with material that has become friable since the last inspection or reinspection. d. Collect bulk samples for analysis of newly friable material that is already assumed (not sampled) to be ACM or collect additional bulk samples to fully assess the suspect materials. e. Visually inspect, sample, analyze, and assess the conditions of building materials that have been added to the facility since the last inspection or reinspection. Contractor shall remove and dispose of any waste generated during the stack test in accordance with all Local, State and VA requirements. f. Assess the condition of the newly friable material in areas where samples are collected and of newly friable material in areas assumed to be ACM. g. Reassess the condition of friable known or assumed ACM previously identified. h. Record above information on inspection logs for each facility. 5. A management planner will review the above information and complete the following required functions: a. Review each management plan for compliance with AHERA and LDEQ regulations and ensure the plan reflects the current conditions. b. Review the results of each reinspection and assessment. c. Recommend in writing the appropriate response actions. d. Sign and date the review documents, include the accreditation number of inspectors and planners, and submit a copy to the Designated Person. 6. The following information will be submitted to the Designated Person under AHERA and LDEQ, for inclusion in the management plan for each facility and optionally at a central office location: a. The date of the inspection, the name and signature of the asbestos inspector(s) performing the inspection, state of accreditation, accreditation number, and any changes in the condition of known or assumed ACM. b. The exact locations where samples are collected during the inspection, a description of the manner used to choose sampling locations, the name and signature of each asbestos inspector who collected the samples, state of accreditation, and accreditation number. c. Any assessments or reassessments made of friable material, the name and signature of the asbestos inspector(s) performing the assessment, state of accreditation, and accreditation number. Semi-Annual validation. As required by VHA Directive 7714, paragraph 5 section h (8), all ACM identified in the Facility Asbestos O&M Plan will undergo inspection and periodic surveillance every 6 months. SPECIAL PROPOSAL CONSIDERATIONS BY THE CONTRACTOR: Contractor shall remove and dispose of any waste generated during the survey in accordance with all Local, State and VA requirements. Contractor shall remove and dispose of any waste generated during the survey in accordance with all Local, State and VA requirements. The management plan will be reviewed for compliance with requirements of AHERA, LDEQ, and LSLBC and have current accreditation with LDEQ and license with LSLBC. Any required corrections will be made and noted in the reinspection. C. Facility address and delivery information: Most work is to be performed during the duty hours of 7:30 AM and 4:30 PM, Monday through Friday, exclusive of Federal holidays shown below. However, if any work is required to be performed outside of normal working hours approval of the COR will be required. Contractor will not be allowed to use Government tools, materials, and/or labor for this project. Facility address: Overton Brooks VA Medical Center (OBVAMC), 510 E. Stoner Avenue, Shreveport, LA 71101-4295 Note: In the event of closures at the direction of the President, in the event of inclement weather, or other unforeseen circumstance. Please contact the facility to verify for possible closures. U.S. federal holidays for 2025 are as follows: New Year's Day: January 1, 2025 (Wednesday) Birthday of Martin Luther King, Jr.: January 20, 2025 (Monday) Washington's Birthday (Presidents Day): February 17, 2025 (Monday) Memorial Day: May 26, 2025 (Monday) Juneteenth National Independence Day: June 19, 2025 (Thursday) Independence Day: July 4, 2025 (Friday) Labor Day: September 1, 2025 (Monday) Columbus Day: October 13, 2025 (Monday) Veterans Day: November 11, 2025 (Tuesday) Thanksgiving Day: November 27, 2025 Christmas Day: December 25. 2025 (Thursday)
Background
The Department of Veterans Affairs, through the Network Contracting Office (NCO) 16, is seeking to identify qualified contractors for asbestos inspection and survey services. The goal is to ensure compliance with safety regulations and to assess the condition of asbestos-containing materials at the Overton Brooks VA Medical Center.

This Sources Sought Notice (SSN) aims to gather information on contractor capabilities, qualifications, and pricing for market research purposes.

Work Details
Contractor shall provide all labor, materials, tools, and equipment necessary to complete two 3-year asbestos surveys and ten semi-annual condition assessments of existing friable Asbestos Containing Material (ACM). The scope includes:
1. **3-Year Asbestos Removal Survey**:
- Review prior inspections and management plans.
- Ensure compliance with AHERA and LDEQ regulations.
- Conduct visual reinspections of known or assumed ACM.
- Collect bulk samples for analysis of newly friable material.
- Document findings in inspection logs.

2. **Semi-Annual Asbestos Survey Validation**:
- Conduct inspections every six months as per VHA Directive 7714.
- Ensure all ACM identified in the Facility Asbestos Operations and Maintenance Plan undergo periodic surveillance.
- Remove and dispose of any waste generated during surveys following local, state, and VA requirements.

Place of Performance
Overton Brooks VA Medical Center, 510 East Stoner Avenue, Shreveport, LA 71101

Overview

Response Deadline
April 18, 2025, 11:00 a.m. EDT Past Due
Posted
April 8, 2025, 1:25 p.m. EDT (updated: April 18, 2025, 10:22 a.m. EDT)
Set Aside
None
Place of Performance
Department of Veterans Affairs Overton Brooks VA Medical Center LA 71101 United States
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
21%
On 4/8/25 VISN 16: South Central VA Health Care Network issued Sources Sought 36C25625Q0460 for Asbestos Inspection and Survey 36C25625Q0460 due 4/18/25. The opportunity was issued full & open with NAICS 562910 and PSC H156.
Primary Contact
Title
Contracting Specialist
Name
Mari Gibson   Profile
Phone
(601) 206-6911

Documents

Posted documents for Sources Sought 36C25625Q0460

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 36C25625Q0460

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 36C25625Q0460

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 256-NETWORK CONTRACT OFFICE 16 (36C256)
FPDS Organization Code
3600-00256
Source Organization Code
100186525
Last Updated
April 18, 2025
Last Updated By
mari.gibson@va.gov
Archive Date
May 3, 2025