The RFP Database
New business relationships start here

Demolish Buildings 17, 18, 19, 21, & 23 Return to Greenspace - Leeds MA


Ohio, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SYNOPSIS:

INTRODUCTION:
In accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes This Sources Sought Notice is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA).

The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the demolition of Buildings 17, 18, 19, 21, & 23 in order to return the area back to green space at the Edward P. Boland Veterans Affairs Medical Center (VAMC) in Leeds, MA. This is a DEMOLITION/SERVICE project.

PROJECT DESCRIPTION:
This effort will be a demolition project that returns the area to greenspace. Work will include soil remediation, asbestos abatement, and removal of utilities before demolition. To facilitate this, the contractor is to comprehensively abate asbestos per attached surveys, remove all utilities indicated, remove lead contaminated soil, demolish all five buildings and remove all debris to include the concrete pad and foundations. Soil remediation is required at all five buildings, to be carried out by communicating with the client and client representatives to coordinate and conduct work, dispatching a Project Manager and Site Foreman to the site to mark out and identify, with Woodard & Curran s LSP, the areas to be excavated based on the plans provided by Woodard & Curran, developing a Health and Safety Plan with all the necessary requirements set forth in OSHA, RCRA, DOT, and other applicable State and Federal regulations, utilizing an excavator to excavate an approximate 176 cubic yards of soil from multiple locations outside of the listed buildings to a depth of one foot (all areas must be misted during excavation as a means of dust control), loading the roll off containers onto properly licensed transportation vehicles once analytical sampling is completed, and refilling the excavated areas with clean uncontaminated soil after the demolition of the buildings are complete.

PROCUREMENT INFORMATION:
The proposed project will be a competitive, firm-fixed-price contract. This project is planned for advertising in 2019. In accordance with VAAR 836.204, the magnitude of construction is between $1,000,000.00 and $2,000,000.00 The North American Industry Classification System (NAICS) code 238910 (size standard $15 million) applies to this procurement. The duration of the project is currently estimated at 270 calendar days from the issuance of a Notice to Proceed. However, the results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process.

CAPABILITY STATEMENT:
Respondents shall provide a general capabilities statement in the following information:
Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number and email.
Section 2: Provide company business size based on NAICS code 238910. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.).
Section 3: Provide a Statement of Interest in the project.
Section 4: Provide the type of work your company has performed in the past in support of the same or similar requirement.
Section 5: (optional) Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission.
It is requested that interested contractors submit a response (electronic submission) of no more than 4 single sided pages that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Responses shall be submitted via email to the primary point of contact listed below by July 19, 2019 at 10:00 AM ET. No phone calls will be accepted.
The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business.
At this time, no solicitation exists. If a solicitation is released it will be synopsized on FedBizOpps at https://www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis.
Contracting Office Address:
VHA Program Contracting Activity Central (VHA-PCAC)
6150 Oak Tree Blvd. Suite 300
Independence, OH 44131

Primary Point of Contact:
Joshua Slapnicker
Contract Specialist
joshua.slapnicker@va.gov

Joshua Slapnicker
Contract Specialist

joshua.slapnicker@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP