Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 9 PM
Solicitation
Greenwood village Colorado

Z2DA--Asbestos Abatement and Remediation for VAMC OKC, OK

Details

Solicitation ID 36C25925Q0296
Posted Date 01 Jul 2025 at 9 PM
Response Date 16 Jul 2025 at 4 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Network Contract Office 19 (36c259)
Agency Department Of Veterans Affairs
Location Greenwood village Colorado United states 80111

Possible Bidders

Medtronic Incorporated

Charlotte Minneapolis Plymouth Saint paul Phoenix Arlington Houston Louisville Parker Danvers Anaheim Fairfield East rutherford Cleveland Buffalo Haverhill Atlanta Redmond Woodland hills San francisco Irving Englewood Kirkland Tempe East rutherfo Fort worth

Medtronic Incorporated

Charlotte Minneapolis Plymouth Saint paul Phoenix Arlington Houston Louisville Parker Danvers Anaheim Fairfield East rutherford Cleveland Buffalo Haverhill Atlanta Redmond Woodland hills San francisco Irving Englewood Kirkland Tempe East rutherfo Fort worth

Depuy Synthes Sales Incorporated

Raynham West chester Palm beach gardens Warsaw

Sign up to access Documents

Signup now
DEPARTMENT OF VETERANS AFFAIRS VHA Network Contracting Office 19 Rocky Mountain Acquisition Center 6162 South Willow Drive, Suite 300 Greenwood Village, CO 80111 for Oklahoma City VA Medical Center Oklahoma City, OK 81501 Asbestos Abatement and Remediation Construction Project 635-22-127 Contractor Request for Information Question No. 1: Will the proposal be due on July 16th or 24th? Blocks 10 and 13 of the SF 1442 states the proposal is due 07-16-2025. However, Part I, Section B, 1.5.B, page 30 of 177 of the RFQ, states that the proposal is due July 24, 2025, by 10AM Mountain Time. Please clarify the proposal due date. Answer No. 1: As of this amendment 0002, all proposals are due to the Contracting Officer on July 16th at 10:00 AM CT Question No. 2: Would the proposal go to both Angela Waalkes and Christina Beeler-Blackburn? Section B, 1.5.B, page 30 of 177 of the RFQ states that the proposal is to be submitted via e-mail to [email protected]. However, block 10 of the SF 1442 states the proposal is to be submitted via e-mail to [email protected]. Please clarify to whom the proposal is to be submitted. Answer No. 2: No, the proposal should only go to the Contracting Officer, Angela Waalkes at [email protected]. Question No. 3: Is there any incumbent/recompete or is this a brand-new project? If yes, could you please provide the award number or even if the customer bought similar services in the past. Answer No. 3: This is a new project, with a new Statement of Work. Asbestos abatement has been an ongoing project additive on a case -by-case basis in the past. Question No. 4: The ACM tables in Appendix B list quantities for the 7th Floor (Rooms 7Axxx 7Fxxx). During our site walk, we were informed that a portion of the 7th Floor has already been abated under a prior project. Please confirm whether any ACM on the 7th Floor has been previously removed. If so, identify which rooms/areas are excluded from this scope. Answer No. 4: It has been confirmed; 635-16-101 Renovate 7 East project was concluded in early 2021 with as-built documentation as the design for this project was initiated in late 2021. The project documentation and quantities are believed to be current. Question No. 5: The solicitation (Part I/Section F Specifications and Drawings ) states no elevators shall be used for materials handling. However, onsite COR guidance suggested the freight elevator may be available for ACM waste removal. Please clarify whether the Contractor may utilize the freight elevator for transporting equipment, personnel, or waste. If permitted, advise any size or scheduling restrictions. Answer No. 5: It is not guaranteed or reserve the right to use an elevator for this contract. The contractor may be permitted to use the freight elevator at the discretion of the facility. There is only one freight elevator available for use and it has a posted weight limit of 5000 lbs and is approximately 84 inches deep, 74 inches wide, 88 inches tall, and with a doorway of 54 inches wide and 84 inches tall. Question No. 6: The bid documents do not designate specific locations for contractor parking, equipment staging, or waste container placement. Please provide the approved parking/staging areas for personnel vehicles, equipment trailers, and ACM waste containers, including any site-specific restrictions. Answer No. 6: Due to the number of construction projects currently in and planned for, construction impacting the availability of parking to our veteran patients and their families, the OKC VA Medical Center (VAMC) will not guarantee or provide on premise parking within this contract. The OKC VAMC can coordinate with the contractor for location of a dumpster and, any approved location will prioritize the VAMC. The contractor may request but is not guaranteed anything additional. It is the responsibility of contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under this contract under any circumstance. Question No. 7: In Appendix B, the quantity tables for Basement and Sub-Basement/Crawl Space appear inconsistent with the area designations on the drawings (Appendix G). The Basement table shows vermiculite insulation quantities that match the Sub-Basement plan, and vice versa. Please confirm which floor elevations correspond to the Basement and Sub-Basement quantity tables and correct any reversed quantities. Answer No. 7: Page 20 of 116 of the 36C25925Q0296 solicitation document incorrectly interchanged the labels of crawl space with that of sub-basement and vice versa. No other inconsistencies have been identified at this time. Question No. 8: During the walkdown we observed black mastic residue on the exterior brick façade. The SOW does not explicitly address exterior mastic removal. Is removal of the black mastic on the brick exterior within the project scope? If so, please specify whether this work is to be performed by skin ning the building exterior or by interior demo methods, and whether it must be complete under occupied conditions. Answer No. 8: Exterior mastic removal is not part of this project s scope. Should any of the quantities for black mastic be identified as part of the façade, then the contractor must inform the COR and CO immediately and credit back the quantity of ACM s associated abatement/remediation costs. Question No. 9: The SOW notes that much work occurs in occupied patient-care areas. Alternate Tier 2b also suggests after-hours work. Please confirm the allowable hours for abatement activities in occupied spaces. Should certain areas be scheduled nights/weekends only? If so, identify which areas and any off-hour supervision requirements. Answer No. 9: In areas where the work is primarily in a mechanical or HAC space the removal of ACM will need to be in off-peak times (end-of-shift). The work inside such designated spaces may be performed during normal hours. Special consideration will be given for areas immediately adjacent to patient care areas. Tier 2b suggests weekends or after-hours work to mitigate impact to displacing employees working in the basement level. Tier 2b will require a greater deal of coordination between the VA Medical Center (VAMC), Contracting Officer Representative (COR), Contracting Officer (CO), and the contractor. Question No. 10: Is there another site visit? If not, can we set-up a separate site visit? Answer No. 10: No other site visit is scheduled. No individual site visits will be allowed. Question No. 11: When do you anticipate posting the site walk sign in sheet? Answer No. 11: Site walk sign in sheet will be posted with solicitation amendment 0002. Question No. 12: Block 13.a of the SF 1442 states the proposal is to be submitted in "original and 1 copies," which would be two total (original + 1 = 2). Given that the proposal is to be submitted electronically via e-mail, is the Government requesting submission of two electronic versions of the proposal? Please clarify. Answer No. 12: One submission of the proposal, submitted electronically, via e-mail. Question No. 13: Block 13.a of the SF 1442 states the proposal is to be submitted in "original and 1 coopies," which would be two total (original + 1 = 2). Given that the proposal is to be submitted electronically via e-mail, is the Government requesting submission of two electronic versions of the proposal? Please clarify. Answer No. 13: One submission of the proposal, submitted electronically, via e-mail. Question No. 14: Appendix G and the General Construction Limitations on Subcontracting (LOS) certification document were not included in the original solicitation but were subsequently added via amendment. The amendment also stated that the A/E LOS certification will be replaced with the General Construction LOS certification. Does this amendment mean that only the General Construction LOS certification is now required, and that the A/E LOS certification is no longer necessary? Or are offerors still required to submit both certifications? Additionally, can the agency please confirm whether this project is classified as General Construction under VAAR 852.219-75 and 13 CFR 125.6? Answer No. 14: Yes, only the General Construction LOS certification is required. As per VAAR 852.219-75, General Construction has been checked (see attachment in amendment 0001).

Similar Opportunities

Greenwood village Colorado 16 Jul 2025 at 4 PM
Greenwood village Colorado 24 Jul 2025 at 4 PM
Hampton Virginia 14 Jul 2025 at 1 PM
San juan Puerto rico 09 Jul 2025 at 6 PM

Similar Awards

Location Unknown 19 Dec 2013 at 2 PM
Location Unknown 23 Jan 2015 at 12 PM
Location Unknown 21 Sep 2016 at 1 PM
Location Unknown 17 Jun 2012 at 10 PM