U.S. EPA Contaminated Site Cleanup Information (CLU-IN)


U.S. Environmental Protection Agency
U.S. EPA Technology Innovation and Field Services Division
View Notices for:

Federal Business Opportunities (FedBizOpps) Update


Notices for February 6-12, 2017

This update contains summaries of procurement notices issued between February 6-12, 2017 that pertain to hazardous waste, investigation and cleanup of environmental contamination, and related environmental topics. However, it does not necessarily contain EVERY notice on these topics.

If you would like to search for additional current and archived notices, or receive notification of solicitation amendments, please visit the FedBizOpps web site.

S--CHEMICAL SPILL RESPONSE (SRCSGT)
SOL: VA26117Q0294
DUE: 021417
POC: Rico Johnson, Rico.Johnson@va.gov.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26117Q0294/listing.html
NAICS: 541620. This announcement is a sources sought notice for market research purposes only. The Department of Veterans Affairs is in the process of determining the acquisition strategy for Hazardous Spill Cleanup service for VA Palo Alto Health Care Systems located in Palo Alto, Menlo Park, and Livermore, CA. Please note that this RFI is for information only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirement are invited to submit information describing their capabilities toward providing the required services. The contractor shall be qualified to carry out a wide range of hazardous chemicals, non-hazardous chemicals, universal waste, and DEA drug waste emergency spill response services; manpower to transport hazardous waste in relationship to a spill response from all facilities within VAPAHCS to a central accumulation area or to a Treatment Storage and Disposal Facility, on an as needed basis. This contract will NOT include the disposal of radiological, infectious or bio-hazardous waste, but may include small qualities for dual waste (i.e., infectious and hazardous waste). The contractor shall provide all labor, supervision, materials, equipment, sanitized, disinfected and labeled containers, transportation, facilities, supplies, and waste manifests. Contactor shall collect, analyze, prepare, package, label, remove, transport, store, treat and dispose of hazardous waste under the resulting contract in accordance with the terms and conditions, specifications and in accordance with the Joint Commission on Accreditation of Healthcare Organizations (JCAHO), in accordance with all federal, state, and local laws, policies and guidelines, and VA infectious medical waste requirement. Period of performance is one base year plus 4 option years. The NAICS code is 541620. The Small Business size standard is $15 million. The information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. SUBMIT CAPABILITIES STATEMENTS VIA EMAIL BY OR BEFORE 2:00 PT ON FEBRUARY 14, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=dbe76ed3b3f71e9e4ec28db639bf1f1c&tab=core&_cview=0
Posted: 02/08/17
SPONSOR: Department of Veterans Affairs, VA Northern California Health Care System.
PUBLICATION DATE: February 10, 2017
ISSUE: FBO-5558

F--GRSM GUANO REMOVAL (COMBINE)
SOL: 40319176
DUE: 021717
POC: Client Services, Sourcing Agent, 1.877.9FEDBID, Fax: 703.442.7822, clientservices@fedbid.com.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOI/NPS/APC-IS/40319176/listing.html
NAICS: 562910. THIS REQUIREMENT IS A SMALL BUSINESS SET-ASIDE. The National Park Service SER NORTH MABO requires Guano Removal from attic space of two historic structures in Cataloochee Valley Great Smoky Mountains National Park: Jarvis Palmer House and the Hiram Caldwell House. Large quantities of guanao present in these structures need to be removed and disposed of by an environmental abatement company. The solicitation pricing on FedBid will start on the date this solicitation is posted, and WILL END AT 14:00:00.0 ET ON FEBRUARY 17, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=43268499fbfc29804737822dd7a7ddae&tab=core&_cview=0
Posted: 02/07/17
SPONSOR: Department of the Interior, National Park Service.
PUBLICATION DATE: February 9, 2017
ISSUE: FBO-5557

F--BPA IS SEEKING SOURCES FOR ALL TYPES OF HAZARDOUS MATERIAL ABATEMENT (SRCSGT)
SOL: F17PS00287
DUE: 022217
POC: Daniel Guffey, Contracting Officer, 360-619-6083, Fax: 360-524-1932.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOI/FWS/CGSWO/F17PS00287/listing.html
NAICS: 562910. Bonneville Power Administration (BPA) is seeking sources for all types of Hazardous Material Abatement for IDIQ Multiple-Award Task-Order Contracts (MATOCs). Interested vendors are invited to fill out the survey at SurveyMonkey: https://www.surveymonkey.com/r/MBYH8JV . BPA does not follow the FAR; it has its own regulation called the BPI that uses meaningful competition rather than full and open. Interested vendors must fill out the survey in order to receive the RFP. No other notice will be given on FedBizOpps for this opportunity. THE CLOSING DATE FOR RESPONSES IS FEBRUARY 22, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=714204c220995679668a545f7c45e766&tab=core&_cview=1
Posted: 02/07/17
SPONSOR: Department of the Interior, Fish and Wildlife Service, CGS-WO, Portland, OR.
PUBLICATION DATE: February 9, 2017
ISSUE: FBO-5557

NOTICE OF INTENT TO EXTEND THE PERIOD FOR PERFORMANCE FOR CONTRACT NOS. W912DR-12-D-0006, W912DR-12-D-0007, W912DR-12-D-0008, W912DR-12-D-0009 AND W912DR-12-D-0010 FOR ENVIRONMENTAL SERVICES FOR THE US CORPS OF ENGINEERS BALTIMORE DISTRICT. (SNOTE)
SOL: W912DR-12-D-0006-0010
DUE: 022317
POC: Kathy Brown, Kathryn.E.Brown@usace.army.mil, 410-962-2585.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-D-0006-0010/listing.html
NAICS: 541330. USACE, Baltimore District intends to extend the current Multiple Award Environmental Service (MAES) Contract Nos: W912DR-12-D-0006, W912DR-12-D-0007, W912DR-12-D-0008, W912DR-12-D-0009, and W912DR-12-D-0010. The current contract expires January 31, 2017, and is anticipated to be extended to September 30, 2017, to ensure the Agency has contracts in place while the new MAES contract is being procured. This notice is not a request for competitive proposals. All responsible sources may submit a capability statement, which shall be considered by the agency. CAPABILITY STATEMENTS MUST BE RECEIVED BY 11:59 PM ET ON FEBRUARY 23, 2017. Submissions will be reviewed to determine if they can meet the requirement. A determination by the Government to compete this proposed contract based upon responses to this notice (i.e., as any type of set-aside) is solely within the discretion of the Government.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=e85f94fc6604190f2b259862727cc0ae&tab=core&_cview=0
Posted: 02/09/17
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore.
PUBLICATION DATE: February 11, 2017
ISSUE: FBO-5559

REMOVE DETERIORATED ASBESTOS INSULATION (COMBINE)
SOL: W90VN817R0004
DUE: 022417
POC: OK, Sun Hui, Contract Specialist, sun.h.ok.ln@mail.mil, Phone: 011825033548127.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/1a5fb902972b98d5e61491bde84a4412
NAICS: 562910. Replace old and damaged asbestos insulation. See details in the attachments to the notice at FedBizOpps. RESPONSES ARE DUE BY OR BEFORE 1:00 PM ET ON FEBRUARY 24, 2017. Place of Performance: Anchong-ri, Paengsong-up, Pyeongtaek City, South Korea.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=1a5fb902972b98d5e61491bde84a4412&tab=core&_cview=0
Posted: 02/09/17
SPONSOR: Department of the Army, Army Contracting Command, ECC, 411th CSB Korea (W90VN8) RCO Camp Humphreys.
PUBLICATION DATE: February 11, 2017
ISSUE: FBO-5559

ENVIRONMENTAL COMPLIANCE AND HAZARDOUS MATERIAL/WASTE MANAGEMENT SUPPORT SERVICES (SRCSGT)
SOL: W912GB-17-X-0033
DUE: 022817
POC: Bjorn T. Hale, Contract Specialist, bjorn.t.hale2@usace.army.mil, Phone: 49061197442301; Delos C Halterman, Contracting Officer, Delos.C.Halterman@usace.army.mil.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-17-X-0033/listing.html
NAICS: 541620. This announcement seeks information from industry which will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. Sources are being investigated for IDIQ contract(s) for Environmental Compliance and Hazardous Material/Waste Management Support Services in Germany, Poland, Hungary, Romania, Belgium and the Netherlands under NAICS code 541620. These contracts may be used to support U.S. Army Europe installations and/or other U.S. Government Agency requirements. It is estimated that the bulk of the work will take place in Germany, Poland, Hungary, Romania, Belgium and the Netherlands. To a lesser extent, work may be located in a wide variety of other countries (see list in FedBizOpps notice). The amount of work for each contract will not exceed $9.5M across the base and all option periods with a maximum limit per task order of $2.5M. Work will be issued by negotiated firm-fixed-price task orders not to exceed these maximum limits. The contract will include a base period of three years and two option periods (not to exceed one year), for a total contract performance period not to exceed five years. The contract is anticipated to be awarded in 1st Quarter FY18. Small and Small Disadvantaged Business requirements are waived for this project due to its OCONUS location. The Government reserves the right to award an additional contract from the solicitation within one year from contract award date. Under the planned contract(s), the contractor shall provide all labor, supervision, transportation, supplies, vehicles, tools, materials, equipment and incidental services required to execute and document results of environmental compliance and hazardous material/waste management support at DoD facilities. The purpose of this sources sought is to gain knowledge of interest and qualifications of firms who have the capabilities to complete and perform contracts of this magnitude, and to address any questions, recommendations, or concerns from Industry. The Government must ensure there is adequate competition among a potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this sources sought. Responses to this notice will assist the Corps of Engineers in tailoring requirements in a future solicitation to be consistent with industry capabilities. INTERESTED CONTRACTORS SHOULD SUBMIT CAPABILITIES STATEMENTS VIA EMAIL BY 1600 HOURS CENTRAL EUROPEAN TIME ON TUESDAY, FEBRUARY 28, 2017, to bjorn.t.hale2@usace.army.mil. No hard copies will be accepted.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=a17a16070192e6662de0b8368b62aa7c&tab=core&_cview=0
Posted: 02/10/17
SPONSOR: Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe.
PUBLICATION DATE: February 12, 2017
ISSUE: FBO-5560

DOE OFFICE OF ENVIRONMENTAL MANAGEMENT BUSINESS OPPORTUNITIES FORUM - 3-2017 (SNOTE)
SOL: EM_BUSINESS_FORUM_3-2017
DUE: 030217
POC: Carol Ward, 202-586-2975, carol.ward@em.doe.gov.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/DOE/PAM/HQ/EM_BUSINESS_FORUM_3-2017/listing.html
NAICS: 562910. DOE's next Office of Environmental Management (EM) Business Opportunity Forum has been scheduled for March 7, 2017, from 10:20 AM to 12:00 noon MT (Arizona). Topics will include a discussion on status of ongoing and upcoming procurement opportunities. Interested firms are invited to attend the event to learn the latest news on doing business with EM. The event will be held in Phoenix in Exhibit Hall 4, Phoenix Convention Center during the Waste Management Conference. Attendees must be registered for the conference and be in possession of a conference badge to gain access. There is no charge to attend, but pre-registration is a must. To do so, please contact Ms. Carol Ward at carol.ward@em.doe.gov by March 2, 2017. Provide your name, title, and company name. This Business Opportunity Forum will offer WebEx capability for those not attending the Waste Management Conference. Information on connecting via the web will be sent out prior to the forum. Pre-registration for WebEx is essential to timely receipt of the connection information. Direct questions to Ms. Carol Ward at carol.ward@em.doe.gov.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=7c0bc8ff51c2356da1e3ac7858214e6b&tab=core&_cview=0
Posted: 02/10/17
SPONSOR: Department of Energy.
PUBLICATION DATE: February 12, 2017
ISSUE: FBO-5560

F--INDUSTRIAL HYGIENE SERVICES: AIR MONITORING AND ASBESTOS TESTING VA PALO ALTO HEALTH CARE SYSTEM (COMBINE)
SOL: VA26117R0104
DUE: 030317
POC: Jet I. Flores, Contract Specialist, jet.flores@va.gov.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26117R0104/listing.html
NAICS: 541620. This announcement constitutes the only solicitation. THIS REQUIREMENT IS SET-ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (SDVOSBs). The NAICS code is 541620 and the size standard is $15 million. The contractor shall provide air monitoring and testing for asbestos in accordance with the statement of work. The period of performance is five years, consisting of a base year plus four option years. RESPONSES ARE DUE BY OR BEFORE MARCH 3, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=ac83aa67c658fe03b3bf1fabe1af6b39&tab=core&_cview=0
Posted: 02/08/17
SPONSOR: Department of Veterans Affairs, VA Northern California Health Care System.
PUBLICATION DATE: February 10, 2017
ISSUE: FBO-5558

OPERATION OF LANDFARM FACILITIES, CP CASEY (COMBINE)
SOL: W91QVN17T0004
DUE: 030517
POC: Kyong Ae Yi, kyongae.yi4.ln@mail.mil, Phone: 3157246400.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/fb19fc0658f127f387407e2c2342a132
NAICS: 562211. The Contractor shall provide all personnel, equipment, labor, supplies, tools, materials, transportation, supervision and any other resources necessary to operate a land-farm facility. All work shall be executed after consultation with COR. The contractor shall ensure that a minimum of 1,050 cubic meters of the contaminated soils shall be treated/cleaned by batching three times a year in treatment beds. The Contractor shall reach a target level of 500 milligrams per kilogram (mg/kg) by TPH (Total Petroleum Hydrocarbon) test at the time of completion of POL-contaminated soil land farming. This target level shall be lower than the cleanup goal of 800 mg/kg set by Korean Environmental Regulation. The Contractor shall provide on-site lab testing equipment to monitor the progress of the decomposition of the contaminants in the soil. When the treated soils meet target level (less than 500mg/kg) by TPH test, contractor shall remove the treated soil from the treatment bed. Contractor shall coordinate with the COR before removing any soil from the treatment area. Contractor shall protect the clay bedding material during all phases of operations. The contractor shall ensure the liners, berms, and all piping systems of the Land-farm facility are protected from damage during removal operations. Contractor shall store the treated soil at a treated soil stockpile area designated by the COR. Contractor shall record the volume of the treated soil removed from the treatment beds. Contractor is responsible for dust and erosion control of soil before, during, and after treatment. The soil collected at the untreated and treated stockpile areas shall be protected from wind and heavy rain. The contractor shall be responsible for removing any eroded soil outside of the berm area and placing the soil back into the berm. RESPONSES ARE DUE BY OR BEFORE 11:59 PM ET ON MARCH 5, 2017.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=fb19fc0658f127f387407e2c2342a132&tab=core&_cview=0
Posted: 02/06/17
SPONSOR: Department of the Army, Army Contracting Command, ECC, 411TH CSB Korea (W91QVN) RCC Yongsan.
PUBLICATION DATE: February 8, 2017
ISSUE: FBO-5556

ARCHITECT-ENGINEER (A-E) ENVIRONMENTAL ENGINEERING SERVICES AT SANTA SUSANA FIELD LABORATORY (SSFL) (SRCSGT)
SOL: NNM17615765P
DUE: 031317
POC: Kimberly J Spencer, Contract Specialist, kim.spencer@nasa.gov, 256-544-1479.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/b8a0a4bac27c636a1a4066d52593a6e1
NAICS: 541330. NASA MSFC has a requirement for continuation of Architect-Engineer Environmental Engineering Services at Santa Susana Field Laboratory (SSFL) located in Ventura County, California, for environmental remediation, compliance, and monitoring services at SSFL. NASA MSFC INTENDS TO PROCURE THESE SERVICES FROM CH2M HILL, INCORPORATED pursuant to FAR 6.302-1(a)(1), which implements the authority of 10 U.S.C. 2304(c)(1) when an Agency's need for supplies or services is available from only one responsible source that will satisfy Agency requirements and FAR 6.203-1(a)(2)(iii)(B), unacceptable delays in fulfilling the Agency's requirements.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=b8a0a4bac27c636a1a4066d52593a6e1&tab=core&_cview=0
Posted: 02/09/17
SPONSOR: National Aeronautics and Space Administration, Marshall Space Flight Center, AL.
PUBLICATION DATE: February 11, 2017
ISSUE: FBO-5559

B--SOURCES SOUGHT - WATER QUALITY SAMPLE ANALYSIS (SRCSGT)
SOL: R17PS00461
DUE: 031617
POC: Jennalyn Schilke, jschilke@usbr.gov.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/6be402c00002ad71500777b264faeb3e
NAICS: 541380. THIS REQUIREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE. This is a sources sought synopsis for acquisition planning purposes and no formal solicitation exists at this time. The Bureau of Reclamation, Lower Colorado Region, requires an experienced laboratory familiar with the Colorado River and its tributaries to conduct laboratory analysis of water samples. Reclamation currently tests for chlorophyll (a,b,c), nitrogen (ammonia, nitrates/nitrites, totals, etc), phosphorous (total and ortho-), silica, chlorate (ClO4), total selenium, total suspended solids, total boron, total chromium, chromium VI and mercury. Additional parameters may be requested depending on the project needs. Samples are generally collected by the Government on a quarterly basis from the Colorado River and its tributaries. It is estimated that 437 various samples will be collected per year. In addition to laboratory analysis of samples, firms will provide sample bottles for the expected number of samples collected, prepared with preservatives when necessary, and coolers sufficient to hold ice for at least 48 hours during shipping. Firms will be required to complete reporting within 30 days from the receipt of any samples. The Government anticipates award of a single blanket purchase agreement (BPA) with a 5-year performance period to a vendor that can provide all of the required analyses outlined in this sources sought. RESPONSIBLE FIRMS ARE WELCOME TO SUBMIT A CAPABILITY STATEMENT ON OR BEFORE BY 4:00 PM LOCAL TIME ON MARCH 16, 2017. Submittals will be reviewed and considered by Reclamation during the solicitation planning process.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=6be402c00002ad71500777b264faeb3e&tab=core&_cview=1
Posted: 02/10/17
SPONSOR: Department of the Interior, Bureau of Reclamation, Boulder City, NV.
PUBLICATION DATE: February 12, 2017
ISSUE: FBO-5560

A--ANNUAL BROAD AGENCY ANNOUNCEMENT (BAA) - FY17 ENVIRONMENTAL INITIATIVES FOR NAVAL FACILITIES ENGINEERING AND EXPEDITIONARY WARFARE CENTER (NAVFAC EXWC) ()
SOL: N3943017R7201
DUE: 020918
POC: William J. Hepler, 805-982-3872.
WEB: FBO.gov Permalink at https://www.fbo.gov/notices/87c373a16ac62f5d6e57d2eeef2d2fc6
NAICS: 541712. This announcement constitutes a Broad Agency Announcement (BAA) for the Naval Facilities Engineering and Expeditionary Warfare Center (NEXWC). THIS ANNOUNCEMENT IS OPEN FOR ONE YEAR FROM THE DATE OF PUBLICATION, UNTIL FEBRUARY 9, 2018. Proposals may be submitted at any time during this period. This announcement seeks out technologies and methodologies to reduce environmental impacts from current and past Navy operations, and applies to Navy installations worldwide, specifically environmental technologies and methodologies that are either new, innovative, advance the state-of-the-art, or increase knowledge or understanding of a technology or methodology. The 6 areas of interest include TOPIC NO. 1: ENVIRONMENTAL ASSESSMENT, RESTORATION AND CLEANUP. Services to assess and/or remediate existing pollution generated by military operations, including methodologies for evaluation of ecological risk, risk reduction, and/or establishing risk based cleanup goals; and TOPIC NO 3: UNEXPLODED ORDNANCE (UXO). Services for explosive ordnance detection, location, de-energizing, disposal or remediation of UXO generated by military operations. This announcement is for abstracts/white papers only. Each abstract must be specific to one of the topic areas. Multiple submissions are acceptable. Abstracts will be evaluated on relevance and merit. The abstract may be supplemented by resumes and lists of relevant publications and prior government projects. Abstract submittals to this BAA can be made using the abstract form and instructions located at http://www.navfac.navy.mil/navfac_worldwide/specialty_centers/exwc/products_and_services/ev/ec/baa.html . When an abstract aligns with a customer need and funding, the contracting office may request a full proposal. Additional guidance will be provided at that time regarding cost and pricing submittals, in addition to a more comprehensive technical submission. Unsuccessful abstracts will NOT receive a detailed description of the reasons for abstract rejection due to the anticipated volume of submissions. As no funding for contracts has been reserved in advance, NEXWC will be sharing qualified abstracts with other federal government activities to seek demonstration sites and/or funding.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=87c373a16ac62f5d6e57d2eeef2d2fc6&tab=core&_cview=0
Posted: 02/10/17
SPONSOR: Department of the Navy, Naval Facilities Engineering Command, NAVFAC EXWC Port Hueneme.
PUBLICATION DATE: February 12, 2017
ISSUE: FBO-5560

Z--ASBESTOS ABATEMENT BLDG. 200, ROOM C129 578-16-041 (PRESOL)
SOL: VA69D17B0605
POC: Isabell Coad, Contract Specialist, isabell.coad@va.gov, 224-610-3646.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D17B0605/listing.html
NAICS: 562910. For a forthcoming procurement, the Department of Veterans Affairs Veterans Health Administration (VHA), Great Lakes Acquisition Center (GLAC/NCO12) requires Contractor(s) to provide all resources, labor, personnel, equipment, tools, materials, vehicles, transportation, and supervision necessary and required to perform the work associated with project 578-16-041: Asbestos Abatement Bldg. 200, Rm. C129 (includes floor tile, mastic, drywall, and pipe insulation). THIS CONSTRUCTION PROJECT IS SET ASIDE FOR VETERAN-OWNED SMALL BUSINESS (VOSB). Work is to be completed within 73 calendar days of receipt of a Notice to Proceed. The contractor MUST be licensed in the State of Illinois for Asbestos Abatement/Removal. The contractor MUST be registered with the Illinois Department of Public Health. The contractor MUST show proof of OSHA/EPA Supervisor and Employee training for all personnel. THE SOLICITATION WILL BE ISSUED ON/ABOUT FEBRUARY 24, 2017, with the bid opening on/about March 24, 2017. Details of the pre-construction conference will be included in the solicitation package. The construction magnitude range is between $25,000 and $100,000.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=9208a6c7b2bb678409da99acffdde090&tab=core&_cview=0
Posted: 02/09/17
SPONSOR: Department of Veterans Affairs, VA Great Lakes Healthcare System.
PUBLICATION DATE: February 11, 2017
ISSUE: FBO-5559

Z--ASBESTOS ABATEMENT, BLDG 200, ROOM C132 578-16-043 (PRESOL)
SOL: VA69D17B0606
POC: Isabell Coad, Contract Specialist, isabell.coad@va.gov, 224-610-3646.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D17B0606/listing.html
NAICS: 562910. For a forthcoming procurement, the Department of Veterans Affairs (VA) Veterans Health Administration (VHA), Great Lakes Acquisition Center (GLAC/NCO12) requires Contractor(s) to provide all resources, labor, personnel, equipment, tools, materials, vehicles, transportation, and supervision necessary and required to perform the work associated with Project No. 578-16-043: Asbestos Abatement Bldg. 200, Rm. C132, C132C, C131 and C137 (includes floor tile, mastic, drywall, and pipe insulation). THIS CONSTRUCTION PROJECT IS SET ASIDE FOR VETERAN-OWNED SMALL BUSINESSES (VOSBs). The contractor MUST be licensed in the State of Illinois for Asbestos Abatement/Removal. The contractor MUST be registered with the Illinois Department of Public Health. The contractor MUST show proof of OSHA/EPA Supervisor and Employee training for all personnel. Work is to be completed within 102 calendar days of receipt of a Notice to Proceed. THE SOLICITATION WILL BE ISSUED ON/ABOUT FEBRUARY 24, 2017, with the bid opening on/about March 24, 2017. Details of the pre-construction conference will be included in the solicitation package. The construction magnitude range is between $25,000 and $100,000.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=936ee19940bf7e1dbb3ac1e36e224163&tab=core&_cview=0
Posted: 02/09/17
SPONSOR: Department of Veterans Affairs, VA Great Lakes Healthcare System.
PUBLICATION DATE: February 11, 2017
ISSUE: FBO-5559

Z--B98 TRAMWAY ASBESTOS ABATEMENT VA ILLIANA HEALTHCARE SYSTEMS (PRESOL)
SOL: VA69D17B0608
POC: Isabell Coad, Contract Specialist, isabell.coad@va.gov, 224-610-3646.
WEB: FBO.gov Permalink at https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D17B0608/listing.html
NAICS: 562910. For a forthcoming procurement, the VA Illiana Healthcare System in Danville, IL, intends to seek a contractor to provide all labor, materials, equipment, supervision, and all other resources necessary to remove all floor tile (approximately 2600 total square feet) and asbestos containing mastic located in the tramways between buildings 98, 104, and 103 per the drawings, specifications, and Statement of Work for Project 550-17-109: B98 Tramway Asbestos Abatement. THIS CONSTRUCTION PROJECT IS SET ASIDE FOR VETERAN-OWNED SMALL BUSINESSES (VOSBs). The contractor MUST be licensed in the State of Illinois for Asbestos Abatement/Removal. The contractor MUST be registered with the Illinois Department of Public Health. The contractor MUST show proof of OSHA/EPA Supervisor and Employee training for all personnel. The construction magnitude range is less than $25,000. THE SOLICITATION WILL BE ISSUED ON FEDBIZOPPS ON OR ABOUT MARCH 3, 2017, with the bid opening on or about April 7, 2017. There will be pre-construction conference held for this project and all prospective bidders are encouraged to attend. Details of the pre-construction conference will be included in the solicitation package.
CITE: https://www.fbo.gov/?s=opportunity&mode=form&id=395663d6a60381f4ae68fb66eb0d209b&tab=core&_cview=0
Posted: 02/09/17
SPONSOR: Department of Veterans Affairs, VA Great Lakes Healthcare System.
PUBLICATION DATE: February 11, 2017
ISSUE: FBO-5559