F108--Air Monitoring for Asbestos-Containing Floor Tile and Mastic Removal
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically the Durham VAMC, has issued a Sources Sought Notice (F108) to identify qualified businesses capable of providing air monitoring services for asbestos-containing floor tile and mastic removal. This is a market research effort, not a request for bids or proposals. The agency is seeking capability statements to determine potential socio-economic set-asides, with a priority for SDVOSB and VOSB concerns. Responses are due by April 09, 2026, at 10:00 AM EST.
Scope of Work
The requirement is for air monitoring during the removal of asbestos-containing floor tile and mastic at the Durham VAMC, located at 508 Fulton St., Durham, NC. Key areas include Building 1, 1st Floor, B-Wing Dental (310 sq ft) and Building 1 Mezzanine (760 sq ft). The contractor shall furnish all labor (North Carolina Accredited Asbestos air monitors), material, tools, and equipment. All work must comply with applicable Federal, State, Local Regulations, and VA Directives. Post-removal air clearances will be analyzed by Transmission Electron Microscopy (TEM) and must not exceed 70 structures per square millimeter. Work is to occur between 8:00 AM and 5:00 PM, utilizing non-friable, non-regulated methods such as infrared radiant heat machines and low-odor mastic removers. All abatement personnel must be accredited by the North Carolina Health Hazard Control Unit (HHCU), and OSHA 10-hour training is required for all on-site workers.
Contract & Timeline
- Opportunity Type: Sources Sought
- Product Service Code: F108 (Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support)
- Period of Performance: Work to be accomplished within 10 days after Notice to Proceed (NTP).
- Response Due: April 09, 2026, 10:00 AM EST
- Published Date: April 06, 2026
Eligibility / Set-Aside
This is a market research effort to determine if a socio-economic set-aside is feasible. The VA is required to give priority to Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB). If insufficient veteran-owned and small business responses are received, the action may be advertised as full and open competition.
Submission & Evaluation
Interested parties must submit a capability statement addressing their capabilities, capacity, and location. The statement should include company name, address, business size (large, small, VOSB, or SDVOSB), applicable socioeconomic categories, and pertinent information demonstrating the firm's ability to meet the requirement. Responses will assist the agency in determining the acquisition strategy. This is not a request for bids, quotes, or proposals, and the Government will not pay for information submitted.
Additional Notes
Responses shall be emailed to cleveland.wynne@va.gov. Parking is limited, with one parking pass provided per project. The Government reserves the right to close the project site in emergencies. Work will primarily be in occupied areas, requiring coordination to minimize disruption to hospital operations and patient care. A written safety plan and work schedule/submittals are required within 5 days of NTP.