Closed Solicitation · DEPARTMENT OF TRANSPORTATION

    WILEY HALL DEAN'S OFFICE, RECEPTION OFFICE, DEANS BATHROOM AND HALLWAY CORRIDOR

    Sol. 6923G225Q000011Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)KINGS POINT, NY
    Closed
    STATUS
    Closed
    closed Aug 6, 2025
    POSTED
    Jul 31, 2025
    Publication date
    NAICS CODE
    562910
    Primary industry classification
    PSC CODE
    F999
    Product & service classification

    AI Summary

    The Department of Transportation's Maritime Administration is seeking a qualified contractor for lead abatement services at Wiley Hall. The contractor must be EPA licensed and provide all necessary management, tools, and labor. The project includes strict compliance with federal, state, and local regulations, with a completion timeline of four days post-award. Offers are due by August 6, 2025.

    Contract details

    Solicitation No.
    6923G225Q000011
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    July 31, 2025
    Response Deadline
    August 6, 2025
    NAICS Code
    562910AI guide
    PSC / Class Code
    F999
    Primary Contact
    CARMEN I. FELIZ
    State
    NY
    ZIP Code
    11024
    AI Product/Service
    service

    Description

    The purpose of this modification is to respond request for information as well as extend
    the date and time of offer due as follows:

    a.  Offers submission due date is hereby extended to August 6th, 2025 @0900.

    b.  Response to request for information posted on attachment 

    A contractor shall provide a New York and/or Environmental Protection Agency (EPA) qualified and licensed lead abatement specialist to provide all management, tools, supplies, notification(s), equipment and labor necessary to perform lead abatement at Wiley Halls Dean, Reception Offices, Deans Bathroom and Hall #4 in accordance with all federal, state and local laws and regulations. See SOW for additional details.

    Statement of Work (SOW)
    Wiley Hall 2ⁿᵈ Deck Dean & Reception Offices Lead Paint Abatement / Remediation

    1. Description of Services
    A contractor shall provide a New York and/or Environmental Protection Agency (EPA) qualified and 
    licensed lead abatement specialist to provide all management, tools, supplies, notification(s), 
    equipment and labor necessary to perform lead abatement at Wiley Hall’s Dean, Reception Offices, 
    Dean’s Bathroom and Hall #4 in accordance with all federal, state and local laws and regulations.

    2. General Requirements
    a.  Abatement and disposal shall be in accordance with all federal, state and local laws and 
    regulations including but not limited to requirements established by 40 CFR Part 745, EPA 
    (Renovation, Repair, and Painting (RRP) Rule), D.O.T. (49 C.F.R. § 173), and RCRA.

    b. The contractor shall possess and provide current proof of all federal, state and local 
    trainings, license(s) and certification(s) including but not limited to the RRP, be registered with 
    the EPA and be licensed as a lead abatement contractor through either New York and/or EPA.

    c. The contractor shall submit a “Occupant Protection Plan” to the Contracting Officer 
    Representative (COR), Public Safety Department, and Department of Public Works (DPW).
    d. The designated work area(s) must be sealed from neighboring occupied areas of the 
    Quarter/academy with the appropriate barriers (i.e., plastic) and hazard notifications (warning 
    signs) per federal, state and local laws and regulations throughout the duration of the project 
    until final clearance has been achieved.

    e. All work must be completed using wet methods per federal, state and local laws and regulations.
    f.  Apply a lead encapsulation paint or primer, over all surfaces to be painted, in accordance with 
    manufacturer’s instructions. The contractor shall use an EPA approved lead encapsulant and provide 
    SDS for all products used throughout the project.
    g. Given the sensitive nature of these areas (occupied resident), USMMA is requiring all work to be 
    done in a negative pressure enclosure to minimize impact to building occupants and operations.

    h. All work must be completed using HEPA vacuum with a minimum filter requirement capable of 
    capturing particulates of 0.3 microns with 99.97% efficiency and in
    conjunction with all federal, state and local laws and regulations.


    i.  Throughout the duration of the abatement/remediation project, the work area(s) must be 
    contained until a formal lead clearance is completed. USMMA’s contracted hygienist shall be on-site 
    to conduct oversight of the lead abatement process, perform air monitoring, and the final lead 
    clearance. The clearance levels for dust wipes per the EPA’s Hazard Standards and Clearance Levels 
    for Lead in Paint, Dust and Soil requirements are as followed:
    a. 10 ug/ft2 – floors
    b. 100 ug/ft2 – window sills and troughs

    j.  All work and clearances must be coordinated with the USMMA’s MARAD, COR, Public Safety 
    Department, DPW and contracted IH. If clearance levels are not achieved in accordance with federal, 
    state and local laws and regulations, the contractor shall perform an environmental re-cleaning and 
    undergo another lead clearance process at no additional cost incurred to the government. If 
    required, this process will be repeated until acceptable levels are achieved in accordance with all 
    federal, state and local laws and regulations.

    k. The work area must be cordoned off per federal and state laws and regulations with clearly 
    visible barriers (i.e., caution tape) where only authorized and trained individuals related to the 
    abatement project may enter.
    l.  Establish a containment area in accordance with federal and state laws and regulations, to 
    fully separate the work area from other areas of the building. Maintain and identify emergency 
    exit(s) from the work area or establish alternate exit(s) compliant with all federal, state and 
    local laws and regulations.

    m. The contractor will ensure academy occupants are protected at all times and prevent any 
    potential lead and/or lead dust contamination in accordance with all federal, state and local laws 
    and regulations.

    n. All electrical equipment shall be run through Ground Fault Interrupt Circuit (GFCI) throughout 
    the course of the project.

    o. The contractor shall be responsible for installation and connection of all temporary utilities 
    required to complete the abatement. The contractor shall ensure all electrical equipment run 
    through Ground Fault Interrupt Circuit (GFCI) throughout the duration of the project. DPW personnel 
    will show the contractor where to connect to water and power. The contractor shall provide and 
    install temporary GFCI panels for electrical service.

    p. The contractor shall secure infrastructure equipment (i.e., HVAC system) and all other relevant 
    equipment to prevent contamination in neighboring areas per federal, state and local laws and 
    regulations.
    q. Provide accurate and complete waste manifest(s) for lead disposal in accordance with all 
    federal, state and local laws and regulations.

    r. Provide copies of all federal, state and local notifications.

    s. Provide accurate records of abatement completion.

    3. Additional Notes
    a. Start Date: To be determined (Upon USMMA Contracting Officer’s (CO) award of contract).

    Completion Date: 4 days after award of contract.

    The completion date includes but is not limited to the submittal process, performance of the work, 
    final air clearance, inspection, waste disposal and waste manifest delivery.
    b. A full work plan must be prepared in advance and submitted to the COR, Public Safety, DPW, and 
    contracted IH for approval. The plan must be approved at least two
    (2) business days prior to commencement of work.

    c. All work must be scheduled with the COR at least 48 hours prior to commencement.

    d. The academy must be immediately notified of any service and/or activity interruptions. Any 
    potential unforeseen interruptions or issues must be immediately related to the COR, Public Safety 
    Department, and DPW.
    e.  A pre-bid onsite walkthrough with the DPW, COR, and Public Safety Department will be conducted 
    to identify and mark the proposed area where removal / abatement will take place. The contractor 
    will become familiar with on-sight conditions and restrictions. The square footage identified in 
    the SOW are approximations and will need to be assessed and verified by the contractor during the 
    walkthrough and incorporated into the bid submission. The contractor is responsible for verifying 
    quantities and locations where all work is to be performed. Failure to do so shall not relieve the 
    contractor of its obligation to furnish all labor and materials necessary to perform the work.

    f.  All work including but not limited to on-site assessment(s) and document review(s), must be 
    completed between normal business hours of operation (7am – 4pm), Monday – Friday, unless 
    additional approval is granted by the CO and COR.

    g. Any debris generated during abatement activities will be removed by the contractor daily from 
    the affected area(s) and academy premises. Area(s) will be left neat and clean daily and after work 
    is completed, suitable for all normal academy activities.

    3

    h. Contractor must properly dispose of waste in accordance with all RCRA requirements. 
    Documentation of this disposal shall be provided to the COR and Public Safety.

    i.  The contractor will be required to abate (remove) the paint materials from the indicated areas. 
    If the paint cannot be removed while still leaving a clean, smooth and paintable surface, the 
    contractor will be required to remove building material (i.e. wood pieces) in its entirety for the 
    selected areas and replace with similar material that meet all regulatory and industry standards.

    j. Square Footage of removal areas include:
    •  Dean’s Office (207): ~ 399 SF
    •  Reception’s Office (206): ~ 378 SF
    •  Dean’s Bathroom (207A): ~76 SF
    •  Hall #4 (208B): ~25 SF

    These areas will be outlined at the time of the on-site walkthrough. Abatement shall occur to 
    include removal of the selected areas and outlining materials (i.e., paint or marker).

    k. The contractor shall assume full responsibility and liability for compliance with all applicable 
    federal, state and local regulations related to any and all aspects of the project.

    l.  The contractor is responsible for ensuring client satisfaction throughout the duration of the 
    project. Any discrepancies, issues and concerns identified by the client originating from the 
    contractor will be addressed, documented and corrected in a timely manner.

    Note: The contractor is responsible for any subcontractors that may be used throughout this 
    project. Subcontractors are required to adhere to all the requirements set forth within this SOW.

    4

    4. Images of Area of Concern
    Dean’s Office (207): ~ 399 SF
    Reception’s Office (206): ~ 378 SF Dean’s Bathroom (207A): ~76 SF Hall #4 (208B): ~25

    PLEASE SEE ATTACHED SITE PICTURES 

    Key dates

    1. July 31, 2025Posted Date
    2. August 6, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    WILEY HALL DEAN'S OFFICE, RECEPTION OFFICE, DEANS BATHROOM AND HALLWAY CORRIDOR is a federal acquisition solicitation issued by DEPARTMENT OF TRANSPORTATION. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.