Posted: April 25, 2025, 2:54 p.m. EDT
5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 14 0003 06-01-2025 none 36C250 Department of Veterans Affairs Network Contracting Office (NCO) 10 6100 Oak Tree Blvd., Suite 490 Independence OH 44131 36C250 Department of Veterans Affairs Network Contracting Office (NCO) 10 6100 Oak Tree Blvd., Suite 490 Independence OH 44131 To all Offerors/Bidders 36C25025Q0267 X X X ** HOUR & DATE for Receipt of Offers is EXTENDED to: 04-11-2025 3:00 pm EDT X Please note the following modification to Solicitation 36C2525Q0267: 1. All original SDVOSB offers will be re-evaluated and any new SDVOSB offers submitted will be evaluated. 2. Please submit to Roman Savino at Roman.Savino@va.gov by May 2, 2025, by 3 pm Eastern. 3. SDVOSB vendors who previously submitted a quote in response to the solicitation shall either (1) submit an entirely new Quote for evaluation, or (2) send an email to the Contracting Officer stating that its original quote submission remains valid for a re-evaluation. The submission of a new quote shall be submitted by due date and time established in this amendment. Similarly, questions to the Contracting Officer shall be submitted by the due date and time established in this amendment. SDVOSB vendors who did not previously submit a quote in response to the solicitation may do so now in response to this amendment by the due date and time established herein. Roman Savino Contracting Officer Page 12 of 21 DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number 36C25025Q0267 is being issued as a Request for Quote (RFQ) and the intent is to award a firm fixed price for an Asbestos Survey. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is set-aside for Service-Disabled Veterans Owned Small Businesses for commercial items under the North Atlantic Industrial Classification System (NAICS) 541370. REQUIREMENTS: The Louis Stokes Cleveland VA Medical Center is seeking contractors that can provide: A Basement, First, and Second Floor Asbestos survey located at the Wade Park facility (10701 East Blvd Cleveland, OH 44106). PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest priced technically acceptable offer. conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability. (2) Price: Quote for each line item, including but not limited to the requirements listed above. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small Businesses are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, and PO Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clauses that applies to this solicitation are: 52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST 52.204-7 (SAM registration) the successful offeror shall be registered with the System Award Management (SAM) when submitting a quote and at the time of award. You may register easily and quickly on-line at http://www.sam.gov 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS: Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.217-8 OPTION TO EXTEND SERVICES 52.232-18 AVAILABILITY OF FUNDS 52.252-2 CLAUSES INCORPORATED BY REFERENCE FAR Number Title Date 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE AUG 2020 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER OCT 2020 VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS VAAR 852.237-70 (Contractor Responsibility) 852.2370-4 (Commercial Advertising). (End of Addendum to 52.212-4) 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.217-8, 52.217-9, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.222 36, 52.222-37, 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67): This Statement is for Information Only: It is not a Wage Determination. This is for Instruction Only. The Contractor is responsible for the correct title classification of workers and compliance with all DOL applicable wage and hour laws and assume all related risks. The VA is not responsible for wage determinations and classifications. WAGE DETERMINATION LIST: 2015-4727 REVISION NUMBER 25 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. To receive credit as a Service-Disabled Veteran Owned Small Business, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetCert.gov) prior to submitting a quote. All questions shall be submitted to Roman Savino, Contracting Specialist by e-mail only by April 25, 2025, by 3pm ET. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes are due no later than by email by 3 p.m. ET Friday May 2, 2025. Technical questions and Quotes shall be sent by email to roman.savino@va.gov. WAGE DETERMINATION LIST: 2015-4727-REVISION 25 Cleveland VAMC Asbestos Assessment Page 13 of 21 Page 13 of 21 PERFORMANCE WORK STATEMENT Page 1 of Page 21 of 21 THIS SURVEY REQUIRES THE SERVICES OF A CERTIFIED INDUSTRIAL HYGIENIST: National Emission Standards for Hazardous Air Pollutants (NESHAP) inspection with Asbestos Hazard Emergency Response Act (AHERA) type report. PROJECT SUMMARY: Location: Cleveland VA Medical Center (Wade Park Campus) 10701 East Blvd, Cleveland, Ohio 44106 Contractor shall conduct a United States Environmental Protection Agency (U.S. EPA) National Emission Standards for Hazardous Air Pollutants (NESHAP) pre-renovation asbestos inspection for all buildings and additions (interior and exterior) on the specified campus see Maps: (1. Basement), (2. First Floor), and (3. 2nd Floor) and additional steam pipe/chilled water mapping. The objectives of this project are to 1) conduct a room by room survey 2) to collect up to date asbestos data based on abatement, renovation, and new construction projects that have occurred since the previous assessment, 3) to collect bulk samples of ALL suspect materials using AHERA sampling protocols, 4) combine new data with the existing database, and 5) and to provide a final U.S. EPA Asbestos Hazard Emergency Response Act (AHERA) type report that includes a searchable Microsoft Excel or Access database and updated AUTOCAD drawings. The contractor shall provide a certified AHERA Building Inspector and all necessary labor, services, equipment, supervision, and travel to perform an AHERA inspection or re-inspection of the main building Basement, 1st, and 2nd floors only of the Cleveland campus. The contractor shall adhere to current local, state, and federal regulations and ensure that normal hospital operations remain undisturbed by the survey. Normal operating hours of the facility, and the contractor shall be M-F 7:30 AM- 4:00 PM except federally recognized holidays. Rooms must be unoccupied for samples to be taken. If rooms are occupied, then samples will be taken after normal work hours. Any exception to these hours must be justified by the contractor and approved by the VA project manager. SCOPE OF WORK For this project, the phrase Asbestos-Containing Materials (ACM) is intended to mean all materials that would fall under either the EPA Asbestos Hazard Emergency Response Act (AHERA) regulations or the U. S. Occupational Safety and Health Administration (OSHA) Asbestos Standards. AHERA (Title 40, CFR Part 763, Subpart E) was enacted in 1987 to regulate ACMs and it established state of the art inspection protocols, clearance and sample protocols, training requirements, notifications, and management procedures. Both EPA and OSHA refer to AHERA for execution of inspection protocols for all asbestos assessment projects. Suspect ACM samples shall be collected in accordance with the sampling protocols outlined in EPA regulation 40 CFR 763 (AHERA). Additionally, all suspect ACMs shall be sampled unless historical laboratory data records, from the VA, already exist for the material. The contractor shall perform a thorough review of building records to include drawings, specifications, past removal actions (when information is available), inspection reports, industrial hygiene data, maintenance records, and reports/findings of independent asbestos surveys. The contractor shall document the presence or absence of ACM as indicated by the records review. The contractor shall provide a complete update to prior Baseline Asbestos Assessment Surveys to ensure compliance with EPA AHERA and OSHA asbestos notification requirements to building occupants are met. The contractor shall survey and categorize each building, identified in the provided maps, according to the AHERA risk rating system and AHERA abatement categories. All information from previous survey assessments provided once contract is awarded to be incorporated into the database system using MS Excel or MS Access. In those instances where previously surveyed facilities shall require supplemental sampling or information gathering it shall be accomplished under this general scope of work. Conduct an Asbestos Assessment of every accessible building space included in the survey, identify types, locations, and quantities of asbestos present. Collect bulk samples of suspect materials for confirmatory laboratory analysis (samples shall be collected and analyzed in accordance with the recommended EPA protocol) when necessary to confirm or clarify existing asbestos surveys. SAMPLE COLLECTION The contractor shall collect all samples of suspected ACM in accordance with EPA and OSHA regulations preventing airborne fiber exposure to the surveyor and facility personnel. 6000 samples over an estimated 660,000 square feet shall be collected in occupied office spaces shall be taken in locations that minimize the risk of potential exposure to occupants and visual impact of the resulting sample location. The contractor shall restore visible sample locations to a condition as close to original as possible. The contractor shall encapsulate all locations to prevent any subsequent release of asbestos fibers after sample collection. The contractor shall mark sample locations, except for conspicuous sample locations within occupied areas. The contractor shall photograph sample locations at the time of sample collection to aid in future identification of sampling location. Where sampling is required of accessible suspect materials, inspectors shall utilize inconspicuous sample locations and employ methods least destructive to finished surfaces. All destructive samples require VA approval prior to performing task. Inspectors shall use non-destructive means for collecting samples whenever possible. Areas disturbed or disrupted by sampling must be repaired by the contractor. For example, if a floor tile is removed for sampling, that area of the floor must be covered with a floor leveling compound. A hole in drywall or insulation for sampling must be patched. Quantities of materials shall be measured wherever practical to minimize the use of estimated material quantities in the final report. The contractor shall perform asbestos survey work with accredited persons meeting the inspector training requirements of AHERA and all other Federal, State, and local requirements. All accessible building interiors and exteriors shall be visually inspected to identify suspect materials. Roofing materials, where required, shall be sampled to the extent that they do not compromise the integrity of the roof membrane or void the manufacturer s warranty. Samples of suspect asbestos-containing materials (ACM) shall be collected in accordance with EPA Asbestos Hazard Emergency Response Act (AHERA) protocols in order to meet current OSHA, EPA, and VA requirements. ACM shall be grouped into AHERA homogeneous material categories (i.e., Thermal System Insulation or TSI, Surfacing Materials or SM, and Miscellaneous Materials or MM, type (e.g., for TSI Magnesium silicate, Aircell, cork, etc.), color, size, date of installation, etc.) and then sampled in accordance with AHERA protocol. SAMPLE TRANSPORT AND ANALYSIS Samples shall be transported under full chain-of-custody to an EPA accredited analytical laboratory for analysis. The contractor shall analyze representative building samples by polarized light microscopy (PLM) in accordance with EPA Interim Method of the Determination of Asbestos in Bulk Insulation Samples, EPA-600/M4-82-020. Samples shall be retained by the laboratory for at least ninety days if reanalysis of any samples is required. The contractor shall implement a stop at first positive strategy of analysis to conserve limited funding resources. All bulk sample analysis shall be conducted by laboratories who are accredited under the National Voluntary Laboratory Accreditation Program (NVLAP). The bulk samples resulting from the survey shall be managed or disposed of by the contractor in accordance with established federal and state rules and regulations. The contractor shall comply with the public laws and statutes including all changes and amendments of federal, state, and local environmental statutes and regulations in effect on date of issuance of this delivery order. 29 CFR 1926.1101 Asbestos Regulations for the Construction Industry. 29 CFR 1910.134 Respiratory Protection Standard. 29 CFR 1910.1001 Occupational Exposure to Asbestos, Tremolite, Anthophyllite and Actinolite. Guidance for Controlling Asbestos-Containing Materials in Buildings, USEPA 560/5-85-024. EPA, Asbestos Hazard Emergency Response Act (AHERA) protocols. 40 CFR 61, Sub-part M, National Emission Standards for Hazardous Air Pollutants (NESHAPS) DATA AND REPORTING Following completion of the field survey and analysis of samples, a survey report shall be prepared and shall include the following: An introduction including a brief description of the buildings, the protocol followed to conduct the survey, findings, and recommendations. The Contractor s inspectors shall use unique material location identifiers (using information such as building number, floor number, room number, compass direction, room surface and material description) to describe material locations in the facility. A tabular listing of those materials determined to contain, or potentially contain ACM and their locations and quantities (in linear or square feet, as appropriate for the ACM category). The tabular listing shall contain, at a minimum, site, floor, room number, material category (i.e., TSI, SM or MM), material type, quantity, a numerical priority ranking, condition, potential for damage, friable (Y or No), potential for human exposure, drawing number, and photo ID (as applicable). All locations shall be indicated on the AUTOCAD drawings. Data tables containing information regarding quantities, types, and locations of ACM as well as a hazard ranking, recommended response action and associated cost estimate for implementation of those response actions. Data tables shall be in Microsoft Excel or another VA-approved format. An Operation and Maintenance (O&M) plan, to include but not limited to, procedures for maintaining existing ACM (NIBS Guidance), implementing the OSHA asbestos notification requirements for building occupants, managing change to program elements during renovations and construction (to include disclosure to contract workers), and procedures to account for assessments and re-assessments per AHERA protocol. A Standard Operating Procedure (SOP), to include but not limited to, procedures for be used to address management of change the O&M plan shall include a process for managing change (i.e., permit process, etc.) during renovation or construction projects and shall also identify a method to ensure routine. Color drawings shall be prepared, in an AUTOCAD format, showing the location of ACM as well as sample locations. Contractor shall submit a layering and key plan that shall be approved by the VA. It is anticipated that the successful contractor shall load all information into a web-based facility management system, specifically approved by VA s Project Manager, capable of enabling the Medical Center to store and access asbestos survey and sampling data, update remaining locations of asbestos following abatement activities, store, and catalogue electronic documents (including AUTOCAD drawings and Excel data tables) pertaining to asbestos related activities in the facility. The system shall also generate building specific compliant notifications and assessment reports automatically. All data transfer from contractor to the VA shall adhere to the Cleveland VAMC s File Transfer Protocol. All programs and media used for processing and storage of data and/or reports as part of this project shall be in a program and format that is compatible with the programs used by Cleveland VAMC. The VA s project manager shall work with the successful contractor to ensure that appropriate programs are used. The Result Section of the report shall include a description of the physical condition of the material in question that is appropriate to the survey item (e.g., AHERA categories Good , Damaged or Significantly Damaged in the case of friable ACM). Digital photos shall be used where they help the reader to understand an aspect of the material in question. The Results Section of the report shall be provided in a spreadsheet format including as a minimum thumbnail digital pictures, location, type, condition, quantity, and comments. AUTOCAD floor plan drawings shall be included in the report to help define material locations (where appropriate) and to assist in planning for the abatement needs. The Conclusion Section of the report shall explain how and why the response action recommendations of the report were determined and prioritized. The contractor shall provide a report with a Table of Contents, executive summary, list of drawings and corresponding AUTOCAD drawing numbers, and a description of the survey techniques and sampling strategy employed. A detailed discussion of how the hazard assessment was conducted shall be provided. The tabular inventory shall be provided in an Excel spreadsheet with report templates that can identify ACM and quantity by building, room, material type, material category, numerical priority ranking, condition, potential for damage, potential for human exposure and drawing number. Report and management plans shall include at a minimum an introduction, details, summary, attachments and all narratives in Microsoft Word as well as PDF versions. Microsoft Word shall be used for all text reports, and MS Excel for all spreadsheets. INSPECTING The contractor shall perform survey activities in a manner that shall protect the survey team and facility personnel from exposure to asbestos fibers. The contractor shall immediately notify the VA Safety Officer of any imminent asbestos hazards encountered during the survey. The contractor shall likewise notify the Safety Office of any areas where access shall be limited, and signs erected immediately to warn of asbestos health risks. MEDICAL CERTIFICATION Contractor shall provide written evidence, prior to commencement of this project, that all of its field employees who will be potentially exposed to asbestos during this project are (1) enrolled in a medical surveillance program for asbestos disease which meets current OSHA requirements outlined in 29 CFR 1926.58 and (2) have been medically cleared within the past 12 calendar months to wear a negative pressure, air-purifying respirator, and (3) have been fit-tested within the past 12 calendar months in the same make and model of negative pressure, air-purifying respirator as may be utilized during this project. Complete documentation shall be included in the deliverables. Contractor shall also provide written evidence of current AHERA accreditation (Building Inspector, Management Planner and/or Project Designer, as applicable) and applicable state licensure. FURNISHED PROPERTY Contractor shall provide all the labor, materials, equipment, and transportation necessary to conduct the survey, collect samples, perform lab analysis, and produce required deliverables. CONTRACTOR COMPLIANCE WITH FACILITY HEALTH AND SAFETY REQUIREMENTS Prior to start of project work, Contractor shall meet with the facility Safety Manager, and be briefed on facility safety and security procedures (e.g., response to fire alarm, lockout/ tagout, confined space entry, electrical safety). Contractor is responsible at all times for ensuring that all personnel (including subcontractors working under the general contractor) comply with all applicable local, state, federal and VA safety, health, environmental and security requirements, and regulations. STOP WORK ORDER Contracting Officer, Safety Manager or Contracting Officer s Technical Representative (COTR) may present a verbal stop work order to Contractor, if Contractor is advised of any imminent or serious health or safety hazard which Contractor is creating, and which Contractor refuses to take immediate, appropriate corrective action to mitigate. Such a verbal stop work order will be followed by a written stop work order within 24 hours by the Contracting Officer to the Project Manager. Work will not be allowed to resume until authorized by the Contracting Officer, after consultation with the Safety Manager, to ensure that the imminent or serious health or safety hazard has been abated. QUALITY CONTROL PLAN Contractor shall establish a quality control plan for all work, including that of his subcontractors, to assure compliance with the EPA and State requirements. Contractor shall submit a copy of his quality control plan concurrently with the quote. Quality control measures shall include, but not be limited to: Performing all required inspections and tests. Listing all subcontractors and services they will perform. Compliance with applicable Federal, state, and local codes and regulations and VHA directives related to conducting the survey. Correction of unsatisfactory sampling and testing. Inspectors will use the federal AHERA protocol for bulk sample collection. Surveyors will be AHERA-accredited Building Inspector and AHERA-accredited Management Planner. Surveyors shall have at least 10 years of similar experience with projects of substantially similar size and/or scope. All laboratories used for analysis of bulk samples shall be NVLAP-Accredited. Initial analysis shall be performed with PLM. PLM results ranging from less than one percent to ten percent may need additional analysis such as transmission electron microscopy (TEM). Therefore, the Contractor shall decide with the laboratory to retain such samples for a period of 180 days if additional analysis is requested. Additional analysis will require contract approval by the COTR. An important note here is that all samples are to be retained for a period of 90 days BUT those that produce results in this range are to be retained for an additional 90 days to allow the VA time to respond and establish a line of funding for further sampling and analysis as needed. FINAL SURVEY REPORT Contractor shall provide a minimum of one (1) original, one (1) bound hard copy, and one (1) electronic version of all data, tables, photographs, drawings, final report, and spreadsheets via the approved file upload mechanism The electronic files will include all Excel and AUTOCAD drawings, of the comprehensive survey report. The survey will provide a consistent and effective program for managing Asbestos Containing Materials (ACMs) in accordance with Asbestos Hazard Emergency Response Act (AHERA) and National Emission Standard for Hazardous Air Pollutants (NESHAPS) requirements. The final survey results and database system, in conjunction with base management plans, will provide a means of planning repairs, renovations, and demolition projects, prioritizing health risks and planning to respond to emergency situations. Assessments under this scope include identification, sampling, and analysis of suspect ACMs from both the interior and exterior of VA facilities. ACM survey results will specify the type (both friable and non-friable materials) and the quantity of ACMs in either linear or square ft., as appropriate, and specify existing health risks using AHERA protocols. If this information is not available from previously performed assessments, then the need for its collection will be evaluated on a case-by-case basis and collected appropriately. Duration All project work shall be complete in 180 calendar days from notice to proceed. Submission For VA approval Submit, two hard copies of Mid-term Electronic report with all final report requirement described above after 90 calendar days after notice to proceed. 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) The procurement is being conducted pursuant to FAR Part 13 (Simplified Acquisition Procedures). The Government intends to award a contract resulting from this solicitation to the responsible quoter whose quote, conforming to the solicitation, offers the lowest price and whose quote is evaluated to be acceptable under the technical acceptability standard described below. Quotes will be evaluated and ranked by total price, from lowest to highest. The lowest-priced quote will be evaluated as acceptable or unacceptable based on the technical acceptability standard established in the solicitation. In the event the Government determines the lowest price quote to be technically unacceptable, the next lowest-price quote will be evaluated. This process will continue until an award can be made. To be determined technically acceptable: The contractor shall provide the National Voluntary Laboratory Accreditation Program (NVLAP) certification from the laboratories it will utilize in performance of this contract. The contractor shall provide their state license for Ohio to indicate they are an AHERA-accredited Building Inspector. PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB __________________ __________________ Asbestos, Labor of Survey and Reporting Contract Period: Base POP Begin: 06-01-2025 POP End: 09-30-2025 PRINCIPAL NAICS CODE: 541370 PRODUCT/SERVICE CODE: R404 0002 JB Asbestos, Lab Analysis for PLM Visual and Point Count Contract Period: Base POP Begin: 06-01-2025 POP End: 09-30-2025 PRINCIPAL NAICS CODE: 541370 PRODUCT/SERVICE CODE: R404 0003 JB Additional Costs (Supplies, Mileage and Shipping) Contract Period: Base POP Begin: 06-01-2025 POP End: 09-30-2025 PRINCIPAL NAICS CODE: 541370 PRODUCT/SERVICE CODE: R404 GRAND TOTAL __________________ WAGE DETERMINATION LIST: 2015-4727-REVISION 25