The RFP Database
New business relationships start here

INDUSTRIAL HYGIENE MONITORING OF ASBESTOS/LEAD/MOLD ABATEMENT BROOKLYN, MANHATTAN, ST. ALBANS, NY


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

Page 11 of 13


THIS ANNOUNCEMENT IS NOT A SOLICITATION OR A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.
The Department of Veterans Affairs, Veterans Integrated Service Network (VISN 2), New York Harbor Healthcare System anticipates the award of a Firm Fixed Price Indefinite-Delivery-Indefinite-Quantity (IDIQ) task order type contract to provide asbestos abatement monitoring and other industrial hygiene services.
The selected contractor shall provide routine and emergency response services, inclusive of all labor, equipment, supplies, transportation, laboratory analyses and incidentals to perform industrial hygiene sampling and project monitoring of asbestos and other hazardous materials abatement activities performed by others at VA New York Harbor Healthcare System (NYHHS).
Projects may be assigned at:
Brooklyn VA Medical Center, 800 Poly Place, Brooklyn, NY 11209
Manhattan VA Medical Center, 423 E. 23rd Street, New York, NY 10010
VA St. Albans Community Living Center, 179-00 Linden Boulevard, Jamaica (Queens), NY 11425

PART 1 GENERAL

Project Description: The work to be performed under this Indefinite Delivery, Indefinite Quantity (IDIQ) contract and in accordance with these contract documents includes furnishing all necessary labor, materials, and incidental related work described in individual Task Order requirements issued under the contract. Most frequently, the work will include monitoring of abatement of asbestos-containing materials and/or mold/lead based paint. Specific work requirements will be determined by individual task orders to be issued under this basic contract. Work under each task order will be comprised of any combination of the Unit Priced Bid Items contained herein.

Services are to be provided by an Industrial Hygiene Contractor (IHC) with documented experience in asbestos, lead and mold assessment and abatement monitoring.

All personnel assigned to projects shall maintain professional licensing applicable to tasks performed (e.g. New York State asbestos monitor licensing for oversight of asbestos abatement projects).



All deliverable documents must be submitted in electronic formats. Drawings shall be submitted in current compatible version of AutoCAD as directed by VA, as well as pdf formats.

The IHC shall be prepared to promptly begin work (within 10 calendar days) upon authorization to proceed with assigned tasks. All work will be issued on individual task orders. Work outside of regular working hours will frequently be required, in accordance with a schedule for each task order determined by the VA. Regular working hours are 8:00 A.M. to 4:30 P.M., Monday through Friday, excluding Federal holidays.
Scope of Work:
Types of services ordered under this contract may include one or more of the tasks enumerated below. The most common tasks will include: asbestos survey, consisting of bulk sampling and analysis of suspect materials; and asbestos project monitoring, consisting of oversight of abatement activities and air sampling to confirm safe reoccupancy.
TASK 1 PRELIMINARY ASBESTOS ASSESSMENT:
Visually inspect project areas designated by VA. Perform a thorough review of available building records to include drawings, specifications, abatement records and reports/findings of prior asbestos surveys/sampling activities.
Submit a description of preliminary asbestos assessment and anticipated abatement issues. This preliminary report shall include the following:
Summary results of review of building records.
Results of visual inspection in identifying suspected asbestos containing building materials (ACBM).
Presentation of sampling strategy that will yield a statistically viable conclusion on the type and extent of asbestos materials present. The sampling strategy shall adhere to regulatory requirements and accepted industry standards and must include a plan for addressing logistical and infection control issues (i.e. containment of dust generated by sampling activities). The information obtained in performance of Task 1 shall be sufficient to develop a proposal for sampling, analysis and survey report when requested by VA.

TASK 2 ASBESTOS SAMPLING AND ANALYSIS:
A New York State Department of Health licensed asbestos inspector shall collect bulk samples of suspect materials for confirmatory laboratory analysis. Samples will be collected and analyzed in accordance with EPA and New York State protocols.

The IHC shall transport samples under full chain-of-custody procedures to an EPA National Voluntary Laboratory Accreditation Program (NVLAP) accredited analytical laboratory. Analysis will be conducted under protocols established by the EPA and NY State. The IHC shall ensure that the laboratory implements a positive stop strategy of analysis to control costs. The laboratory shall be directed to retain samples for at least ninety (90) days in the event that reanalysis of any samples is required.

Nonfriable organically bound (NOB) materials shall be analyzed in accordance with New York ELAP Method 198.4.

The IHC shall collect samples of suspected ACBM in accordance with all applicable regulations. Wherever feasible, inspectors shall utilize inconspicuous sample locations and employ methods least destructive to finished surfaces. Samples taken in occupied office spaces will be taken in locations that minimize the risk of potential exposure to occupants and visual impact of the sampled location. In many instances, VA may direct that sampling be performed outside of normal working hours.

The IHC shall restore sampling locations to a condition as close to original as possible. Utilize rewettable cloth or equivalent methodology to repair areas after sampling of friable suspected asbestos insulation and prevent any subsequent release of asbestos fibers after sample collection. Vinyl floor tile samples shall be collected in closets or other low traffic areas to the extent feasible. The IH shall use photographs, sketches and/or specific directional descriptions to aid in future identification of sampling locations.

Perform survey activities in a manner that will protect hospital occupants from exposure to asbestos fibers. The IHC shall immediately notify the VA-Safety Officer of any imminent asbestos hazards encountered during the course of the survey.

TASK 2A LEAD-BASED PAINT SAMPLING AND ANALYSIS:
An Environmental Protection Agency (EPA) certified lead risk assessor shall perform a survey to identify lead-based paint in a designated portion of the facility. Survey shall be performed via x-ray fluorescence technology, supplemented with paint chip sample analysis as warranted. All samples will be collected and analyzed in accordance with EPA and New York State protocols.

Perform survey activities in a manner that will protect hospital occupants from exposure to lead. The IHC shall immediately notify the VA-Safety Officer of any imminent lead hazards encountered during the course of the survey.


TASK 2C MOLD SAMPLING AND ANALYSIS:
An experienced mold assessor shall evaluate the project location for evidence of water leaks and water damage. Utilize a moisture probe to fully survey the area and check for water intrusion into finished surfaces such as sheetrock and ceiling tile. When necessary, supplement the findings with airborne mold spore analysis utilizing spore trap technology.

Whenever possible, the assessor shall use their professional knowledge to identify the source of water intrusion and shall determine the extent of mold remediation required.

Perform survey activities in a manner that will limit the generation of dust and protect hospital occupants from exposure to mold spores.

TASK 3 ASBESTOS/LEAD/MOLD SURVEY REPORT:
Submit inspection report including the following information:
An introduction including a brief description of the areas surveyed, the protocol followed to conduct the survey, findings and recommendations.
Data tables containing information regarding quantities (in linear or square feet, as appropriate for the material category), types and locations of identified ACBM/hazardous materials. The tabular listing will contain, at a minimum, Building Number, Floor, Room Number, material type and quantity.
Sampling locations shall be documented using information such as building number, floor, room number, compass direction, room surface and material description. Use photographs and/or graphical depiction on drawings to supplement this information where necessary.
Provide a summary of the total linear and square feet of identified ACBM/Hazardous material in the room/area AND the estimated cost of abatement. Include in the cost estimate any cost for decontamination of equipment and fixtures. If required, provide a copy of the above summary to the construction cost estimator for inclusion as a bid item in the project estimate.

Document survey findings utilizing a risk assessment protocol. AHERA or similar methodology may be used. Evaluate material condition, accessibility and function of the room/area in making this evaluation. Report shall include recommended response actions for all identified ACBM (e.g. manage in place; abate when feasible; remove asap; encapsulate, etc.)

Include conclusion section summarizing findings, limitations and methodology employed. In the event that suspected ACBM/hazardous material cannot be accessed for sampling, clearly identify the scope of any additional testing required (e.g. destructive testing to identify possible ACBM behind walls/above fixed ceilings) and explicitly identify any other limitations on the survey findings.

All survey reports (and other documents submitted under this contract) shall be certified and sealed by the licensed inspector supervising the project.

TASK 4 ASBESTOS PERIODIC SURVEILLANCE
Perform periodic surveillance of previously identified asbestos-containing materials (ACM) in accordance with VHA Directive 714, Asbestos Management Program .
Review existing facility survey report to identify which specific materials are subject to periodic surveillance (friable ACM which are not concealed by fixed walls/ceilings).
Inspect the locations of ACM identified in the paragraph above. Document the condition of the materials (i.e. intact, 1 SF impact damage, etc.)
Prepare a summary report in a tabular format identifying the locations, quantities and conditions of friable ACM. Include recommendations for operations and maintenance (i.e. continue periodic surveillance, encapsulate, isolate area and abate when feasible, etc.)

TASK 5 ASBESTOS ABATEMENT DESIGN:
Design and specify the appropriate techniques and approaches for the execution of the recommended abatement actions for ACBM identified in Task 4, and prepare abatement specifications and drawings. Design shall conform to all applicable regulations and relevant professional standards.
The design documents shall provide at a minimum the following information:
Review mechanical, electrical and plumbing (MEP) designs to ensure coordination of all work including phasing schedules for ACM removal, re-insulation or installation of material removed during asbestos abatement, clean demolition etc. Coordinate with VAMC and other trades of A/E to determine ingress and egress routes and waste transport routes for each regulated area in partially occupied buildings. In the same way, develop emergency action plan procedures. Evaluate impact of abatement on critical support systems such as local exhausts, compressors, vacuum lines, fire and smoke systems, etc. Coordinate with VAMC personnel to determine locations and routings of temporary utilities for each work area. Provide information and data for the restoration of the impacted building sub systems as an integral part of the overall project design. Provide information and data for all necessary rework (e.g. reinsulation).

Provide color coded AutoCAD drawings in format specified by VA. Show the limits of the work area, the location and type of each ACBM, the arrangements for the decontamination enclosures (such as change room, shower room, etc.), negative air systems exhaust locations, the path of bagged asbestos waste transportation through the building and the location and connection to required utilities. Clearly specify procedures for protection of equipment/furnishings which must remain in the work area during abatement. Clearly specify disposition of any non-asbestos materials which must be removed to permit access to ACBM for abatement.

Provide all details, sections, notes, and other information that is necessary for complete bid documents.

Prepare project specifications by editing and modifying VA master specifications for asbestos abatement. Participate in meetings with A/E and VA representatives to determine appropriate phasing and scheduling of the work. Provide updated abatement cost estimates and coordinate with overall project estimate. Participate in reviews of the abatement design with VA. Submit draft design documents for review. Incorporate comments received from VA pursuant to review.

Provide a final abatement cost estimate and anticipated schedule. Include in the cost estimate all ancillary costs associated with abatement, including cost for decontamination of equipment and fixtures.

TASK 6 ASBESTOS PROJECT AIR MONITORING:

Provide an experienced and licensed on-site IH or IHT as abatement project monitor to continuously oversee performance of the contractor during abatement work and ensure adherence to abatement design. The on-site monitor shall have a minimum of two years of experience in the field. The monitor shall perform a pre-abatement containment inspection including a thorough review of all conditions including negative pressure filtration equipment, airlocks, signage, etc.
Regularly monitor the integrity of negative pressure containment during the abatement process including performing smoke tests and taking manometer readings as required. Collect samples to document air quality in and around the work area prior to, during and following the completion of abatement. Document and oversee the efficacy of work procedures, air filtration systems, the abatement process, and the wetting, bagging and loading out of asbestos removed. If at any time the IHC suspects or establishes a release of asbestos outside of the work area and/or identifies regulatory noncompliance by the abatement contractor, the IHC shall direct the abatement contractor to stop work and immediately notify the VA.
The IHC shall make senior staff available to attend pre-construction conference, job meetings and closeout conference as required during the course of the abatement project.

TASK 7 ASBESTOS FINAL AIR CLEARANCE MONITORING:
Following ACBM removal and cleaning of the containment by the abatement contractor, inspect the workspace and ensure that all visible asbestos has been removed in accordance with all applicable regulations. Ensure that the contractor performs proper lockdown procedures in accordance with applicable regulations. Perform the required final air testing to determine whether the safe reoccupancy asbestos fiber level mandated by regulatory requirements has been met. Secure the services of a qualified analytical laboratory to turn over sample results within a maximum of 8 hours unless a specific alternative request has been accepted by the VA.

TASK 8 ASBESTOS ABATEMENT COMPLIANCE REPORT:
Provide a certificate to the VA certifying that the abatement process was completed in accordance with all applicable regulations and the project specifications.
Provide a final compliance report including: regulatory notifications; contractor submittals including worker licenses and training certifications, project monitor s daily logs; sign-in and sign-out sheets; sketch or drawing clearly identifying abatement area and defining the type extent and quantity of ACBM abated and documenting any known ACBM left behind in the work area; any project photographs; project air monitoring data; and contractor waste disposal manifests. If the IHC is unable to obtain the waste disposal manifests from the abatement contractor within 30 days following completion of abatement, the VA shall be notified in writing.
QUALIFICATIONS
Industrial Hygiene Contractor (IHC)

The IHC must have an established office in a location within the greater NYC metro area, such that IHC can mobilize to any of the three hospitals with a maximum four-hour response time in an emergency situation.

The CIH must be certified by the American Board of Industrial Hygiene in comprehensive practice, a) meet OSHA/EPA's definition of "Supervisor/Competent Person" under 29 CFR 1926.1101(o); b) have extensive experience with abatements involving service maintenance personnel; c) have completed formal training in respiratory protection, waste disposal, asbestos abatement/management, and performing visual asbestos assessments/inspections and be accredited as an asbestos Building Inspector/Management Planner; d) have performed as the Senior IH on at least thirty (30) assessment/abatement of projects of similar size and complexity; e) be an EPA/State accredited Project Designer and have participated in the abatement project design of thirty (30) projects of similar size and complexity as a Senior IH member of A/E or VA teams; f) have experience supervising abatement project monitoring/management for at least thirty (30) of similar size and complexity and have all required federal state and local licenses and accreditations.

The qualified IHT or IH assigned to perform on-site work shall possess: 1) specialized training and expertise in asbestos abatement management, monitoring, inspection, sampling and analysis on other similar asbestos abatement projects; 2) certificates of training and proficiency in these areas; 3) all federal, state and local licenses and accreditations when required; 4) experience in at least ten (10) projects of similar size and complexity to this project; 5) and experience in performing final clearance inspections and air sampling.





Laboratory

; ELAP accreditation for lead paint analysis.

Laboratories used for asbestos bulk and air-sampling analysis must be successful participants in the EPA quality assurance for both bulk analysis and the American Industrial Hygiene Association (AIHA) Proficiency Analytical Testing Program.

Bulk samples shall be analyzed at an EPA NIST/NVLAP/AIHA accredited laboratory. Polarized light microscopy (PLM) shall be used to analyze bulk samples, in conjunction with Transmission Electron Microscopy confirmatory analysis for certain nonfriable organically bound (NOB) materials per New York State method 198.1.

Air samples shall be analyzed by an individual meeting the requirements of OSHA 29 CFR 1926.1101 Appendix A. PCM air samples must be sent to an AIHA laboratory accredited for fiber counting TEM air clearance samples must be sent to an EPA NIST/NVLAP accredited laboratory for analysis.

EVALUATION CRITERIA
The ranking criteria listed below shall be used to evaluate IHC consultants that meet the minimum qualifications criteria. The ranking criteria consider experience, quality, reputation and other capabilities of an IH/CIH Consultant beyond the minimum levels.
a) Proximity of IHC office to project location and A/E office .

b) Capacity of IHC to support size and complexities of projects expected to be assigned.

c) Experience of IHC and CIH with asbestos abatement work and VA abatement work.

d) Expertise and experience of Qualified IH as consultant to A/E's.

e) Competitive unit prices for rates of key persons and lab services.

TERMS AND CONDITIONS/COST SCHEDULE
The IHC is to provide all labor, materials, equipment, personnel, supervision, transportation and incidentals necessary to perform assigned asbestos industrial hygiene tasks at VA New York Harbor Healthcare facilities.
During the contract period, the VA will identify tasks to be completed by specific job. Individual Work Orders under this contract shall be mutually signed by the Industrial Hygiene Contractor and the Contracting Officer at any time during the contract term, provided that the cumulative contract amount or the maximum contract amount for one project is not exceeded.
The contract will be for a period of five (5) calendar years, one base year and four (4) one-year renewal options.
Maximum contract value will not exceed $500,000.
Individual jobs will vary in size and dollar amounts.
The North American Industry Classification Systems NAICS Code for this requirement is 541620 Environmental Consulting Services. The Small Business Administration SBA size standard for this NAICS Code is $7 million.

Interested parties are advised that in keeping with the Veterans First Contracting program under 38 U.S.C. 8127- 8128, as implemented under VA Acquisition Regulation VAAR subpart 819.70 and VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, if the Contracting Officer has a reasonable expectation that two or more small business concerns owned and controlled by Service-disabled veteran-owned small business SDVOSB concerns are capable of meeting the requirement for a fair and reasonable price that offers the best value to the United States, the requirement will be set-aside for SDVOSB concerns. If an SDVOSB set-aside is not appropriate, the requirement will be evaluated to determine whether a Veteran Owned Small Business VOSB set-aside is appropriate. The term SDVOSB / VOSB under the Veterans First Contracting program has the same meaning as defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program SDVOSB and VOSB concerns must be listed as verified in the Vendor Information Pages VIP database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under Veterans First Contracting Program set-asides.

Interested parties providing information for a potential SDVOSB set aside must be registered in SAM www.sam.gov and visibly certified in Vet Biz www.vetbiz.gov at time of the submission of their qualifications. Alternatively, if the company s verification is not yet visible in VIP, a verification letter from the Center for Verification and Evaluation CVE is acceptable.

Eligible parties are required to provide the following information within their capability package to the Contract Specialist, Emily Lindsey: Emily.Lindsey2@va.gov.

Professional Qualifications necessary for the satisfactory performance of the required services

Capability to accomplish the work in the multiple locations

Minimal four references with a description of work completed for a Government agency or private industry of equivalent complexity to the required services. The names of the appropriate Point of Contact POC with their contact information telephone numbers and email addresses.

DUNS number

Business Socio-Economic Status SDVOSB, VOSB, WOSB, 8a, HUB Zone, etc.

Business Size under NAICS Code 541620

Copy of firm s CVE verification

Responses to this notice must be submitted in writing via email and must be received no later than 2:00PM EST Tuesday, October 1, 2019 email: Emily.Lindsey2@va.gov. It is the responsibility of the responder to ensure the timely delivery of their capability packages. The submission of a company s marketing material with no statement of how the company shall meet the needs of this requirement will not be considered.

Responses to this notice will be used by the Government to make appropriate acquisition strategy decisions.

Capability packages for other services not related to this requirement will not be reviewed and immediately deleted.

NOTE: Any request for assistance with submission or other procedural matters pertaining to this requirement only shall be submitted via email to Emily.Lindsey2@va.gov.

THIS ANNOUNCEMENT IS NOT A SOLICITATION OR A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.

EMILY. LINDSEY
EMILY.LINDSEY2@VA.GOV

EMILY I. LINDSEY, CONTRACTING OFFICER

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP