Skip to main content

An official website of the United States government

You have 2 new alerts

Z1DA--VISN Asbestos Abatement Services

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Apr 10, 2024 12:24 pm EDT
  • Original Response Date: Apr 25, 2024 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 24, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z1DA - MAINTENANCE OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    ALL VISN 1 VAMC Locations ,
    USA

Description

Asbestos Abatement Procurement Number: 36C24124R0007 This is a pre-solicitation notice synopsizing an upcoming competitive solicitation satisfying the requirements of FAR 5.201 and FAR 5.203. A request for proposal will be posted on or about 25 April 2024. VA healthcare facilities within VISN 1 have consolidated requirements for Asbestos Abatement and Re-insulation Services to include hospitals, outpatient clinics, administrative buildings and spaces, clinical and biomedical research laboratories, boiler plants, chiller plants, maintenance support buildings, ancillary structures, and other real property identified by the Government. The general scope of the requirement is to remove asbestos in all listed locations IAW the PWS. This project is for Asbestos Abatement and Re-insulation Services to include hospitals, outpatient clinics, administrative buildings and spaces, clinical and biomedical research laboratories, boiler plants, chiller plants, maintenance support buildings, ancillary structures, and other real property identified by the Government. The magnitude of this project is between $1,000,000 and $5,000,000.00. The NAICS code for this procurement is 562910 and the size standard is $25 Million. The solicitation is being issued as a Request for Proposal (RFP) under FAR Part 15. This project is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses. All relevant solicitation documents, including specifications and drawings, may be accessed for download on the date of issue by conducting a search of Solicitation 36C24124R0007 on https://sam.gov/ under Contract Opportunities. Any amendments to the solicitation will be posted solely to this website. It is the responsibility of the offeror to verify the number of amendments issued. All offerors must be registered in the System for Award Management (SAM): https://www.sam.gov/SAM/ SDVOSB firms must be verified by the Veteran Small Business Certification (VetCert): Veteran Small Business Certification (sba.gov)

Contact Information

Primary Point of Contact

Secondary Point of Contact





History