Similar Projects
Mill River Playground - Town of Amherst
Infrastructure
Conception
$400,000 CJ est. value
Amherst, MA 01002

War Memorial Playground - Town of Amherst
Infrastructure
Conception
$350,000 CJ est. value
Amherst, MA 01002

RFP Design - Mass Military HVAC House Doctor
Renovation
Design
$61,250 est. value
Pelham, MA 01002

Volvo Auto Sales Development / Northampton
Renovation, Infrastructure
Design
$500,000 CJ est. value
Northampton, MA 01060

Bridge Replacement Bridge Number W-05-015 (Steel) Route 32 (Palmer Road) Over the Ware River
Demolition, New Construction, Infrastructure
Bidding
$8,964,302 CJ est. value
Ware, MA 01082

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

Replace Roofing System Enlisted Barracks 5242, 5243, 5244 and 5222
Results
$1,500,000 to $1,800,000 est. value

Smith Academy Park Improvements Phase II Pavilion Project Re-Bid
Infrastructure
Results
$356,750 CJ est. value
Hatfield, MA 01038

Hockanum Fence Replacement
Infrastructure
Construction
$87,500 CJ est. value
Hadley, MA 01035

Removal of Oil Tank at Amherst Regional Middle School
Infrastructure
Construction
$70,975 CJ est. value
Amherst, MA 01002

Maple Avenue Apartments
New Construction, Infrastructure
Pending Verification
$2,000,000 CJ est. value
Northampton, MA 01060

South Street Solar Development
New Construction, Infrastructure
Pending Verification
$1,000,000 CJ est. value
Granby, MA 01033

King Street Active Adult Living Facility
New Construction, Infrastructure - 110,000 SF
Design
$26,500,000 CJ est. value
Northampton, MA 01060

Campus Hardscape Repair and Excavation Service
Infrastructure
Post-Bid
$1,000,000 est. value
Amherst, MA

Last Updated 10/11/2022 02:04 AM
Project Title

RFQ Contractor - Boiler Abatement and Demolition

Physical Address View project details and contacts
City, State (County) Northampton, MA 01053   (Hampshire County)
Category(s) Government/Public, Heavy and Highway, Medical
Sub-Category(s) Hospital, Military Facility, Site Development
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected October 2023
Bids Due View project details and contacts
Estimated Value $3,287,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Department of Veterans Affairs Veterans Health Administration (VHA) Sources Sought Notice Obtain a qualified vendor to provide Boiler Asbestos Abatement and Demolition Services at the Central Western MA HCS This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of your company s offered services and capabilities. The Government will not pay any costs for responses submitted in response to this Source Sought Notice. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. The Veterans Health Administration (VHA) is seeking to obtain a qualified vendor to provide Boiler Asbestos Abatement and Demolition Services at the Central Western MA HCS per the general requirements below. The standard shall be of quality; meeting or exceeding those outlined in the general statement of work as described below. Refer to the performance work statement section below for the requested requirement description. This Sources Sought is to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Please provide: QUALIFICATION INFORMATION: Company / Institute Name: Point of Contact: Address: Phone Number: E-mail Address: Unique Entity Identifier (UEI) #: CAGE Code: A statement as to whether your company is large or small business under the applicable NAICS code according to the appropriate size standard. Also indicate if you are: a non-profit entity, small, disadvantaged business, Section 8(a) small business, woman-owned small business, service-disabled veteran-owned small business, or a HUBZone small business. Performance Work Statement Department of Veterans Affairs (VA) Medical Center, Leeds MA Boiler Asbestos Abatement and Demolition GENERAL The VA Central Western Mass requires abatement and removal/demolition of three abandoned steam boilers in Building 15 on the Edward P. Boland campus. Location of Facility: Central Western Massachusetts 421 North Main Street Leeds, MA 01053-9764 SCOPE OF WORK Work shall consist of: Asbestos abatement per attached NESHAP report and abatement plan specification. Removal of any additional debris currently attached or used as support for the boilers. Minor repairs as necessary to repair the concrete floor and ceilings to a safe condition. This includes the following tasks: Provide abatement per AHERA standards and VA Standards outlined in attached specification. Demolish remaining items used as supports attached to boilers. No limits on work hours. Repair concrete floor and ceiling so that no exposed rebar or trip hazard remains. This is limited to just the locations where an item was demolished that supported the boilers. This contract is not to repair all areas of Building 15. VA will provide VPIH for all clearances required per DLS. Dispose of all debris properly per federal and state laws and regulations Work will be in accordance with applicable VHA and OSHA standards and regulations. The performance period for this work is 2 months from time of award, unless other time frames are approved in writing by the contracting office. VHA Supplemental Contract Requirements for Combatting COVID-19 Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, contractors shall show proof of vaccination. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. If unvaccinated, contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test that includes an affiliated telehealth service. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. For indefinite delivery contracts: Contractor agrees to comply with VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced. 2. SCOPE OF WORK Work shall consist of: Asbestos abatement per attached NESHAP report and abatement plan specification. Removal of any additional debris currently attached or used as support for the boilers. Minor repairs as necessary to repair the concrete floor and ceilings to a safe condition. This includes the following tasks: a) Provide abatement per AHERA standards and VA Standards outlined in attached specification. b) Demolish remaining items used as supports attached to boilers. c) No limits on work hours. d) Repair concrete floor and ceiling so that no exposed rebar or trip hazard remains. This is limited to just the locations where an item was demolished that supported the boilers. This contract is not to repair all areas of Building 15. e) VA will provide VPIH for all clearances required per DLS. f) Dispose of all debris properly per federal and state laws and regulations g) Work will be in accordance with applicable VHA and OSHA standards and regulations. The method of contractor selection has not been determined at this time.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Joists, Metal Support Assemblies, Healthcare Metal Supports.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Service Walls, Patient Bed Service Walls, Wall and Door Protection, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Protective Covers, Flagpoles.
Division 11 - Equipment, Mercantile and Service Equipment, Vending Equipment, Foodservice Equipment, Ice Machines, Cleaning and Disposal Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Operating Room Equipment, Solid Waste Handling Equipment.
Division 12 - Furnishings, Window Treatments, Window Blinds, Casework, Furniture, Office Furniture, Seating, Institutional Furniture, Healthcare Furniture, Multiple Seating.
Division 13 - Special Construction, Radiation Protection.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Substations, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems, Healthcare Intercommunications and Program Systems, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Fire Detection and Alarm, Radiation Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents