Z1DA--578-26-004: IDIQ ACM Abatement Base
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), Network Contract Office 12, is soliciting bids for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Asbestos Containing Material (ACM) Abatement Services at the Edward Hines, Jr. VA Hospital in Hines, IL. This opportunity is a 100% Veteran-Owned Small Business (VOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Offers are due by May 11, 2026, at 12:00 PM CDT.
Scope of Work
This IDIQ contract covers comprehensive fire stopping, asbestos abatement, re-insulation, and hazardous substance removal services. Task orders will vary in size and scope, with a maximum contract value of $2,500,000.00 over a five-year ordering period. A minimum guaranteed value of $25,000.00 is established, with individual task orders ranging from $2,000.00 to $500,000.00.
A Seed Project (578-26-008) is included, specifically for asbestos abatement, lead abatement, and mold remediation within Building 1 (specific rooms on 3rd and 4th floors) and the Stone Space in Building 200. This seed project involves abating ACM floor tile, carpet, mastic, pipe insulation, and fittings, and is expected to be completed within 112 calendar days from the Notice to Proceed (NTP). The magnitude of the seed project is estimated between $250,000 and $500,000.
Contract Details
- Contract Type: Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ)
- Ordering Period: Five years
- Maximum Contract Value: $2,500,000.00
- Minimum Guaranteed Value: $25,000.00
- NAICS Code: 562910 (Remediation Services), Size Standard $25 Million
- Set-Aside: 100% Veteran-Owned Small Business (VOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB)
Key Requirements & Standards
Contractors must adhere to all applicable federal, state, and local codes, including NFPA standards and the VA's Technical Information Library (TIL). Strict compliance with Infection Control Risk Assessment (ICRA) policies (VHA ICRA -1.3) and Interim Life Safety Measures (ILSM) is mandatory, including rigid infection control panel systems and negative pressure maintenance. Personnel must hold appropriate federal and state certifications, with OSHA 30-hour certification for site superintendents and OSHA 10-hour certification for all other onsite employees. A local presence with a 4-hour response time is required. Other requirements include EPA notification for abatement, adherence to the Buy American Act, and coordination to minimize interference with hospital operations in occupied areas.
Submission & Evaluation
Offers are due by May 11, 2026, at 12:00 PM CDT. The award will be made to the lowest responsive offeror. Required submissions include:
- Contractor General Information (Attachment 11)
- Safety and EMR information (Attachment 10)
- Contractor Surety Limitations (Attachment 9)
- Financial Disclosure Questionnaire (Attachment 8)
- Signed VAAR 852.219-75 Certification (Attachment 13)
- A bid guarantee (20% of Seed Project bid price, not to exceed $150,000)
- Performance and Payment Bonds will be required upon award. Prospective bidders are encouraged to attend site visits held on April 13, April 20, and April 29, 2026, at 9:00 AM CST (Building 2). Requests for Information (RFIs) must be submitted at least ten calendar days prior to the IFB closing date.
Contact Information
For inquiries, contact Kristi L Kluck, Contract Officer, at Kristi.Kluck3@va.gov.