DOCUMENT
J -- Above Ground Storage Tanks | Manchester NH - Attachment
- Notice Date
- 5/12/2011
- Notice Type
- Attachment
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
- ZIP Code
- 02301
- Solicitation Number
- VA24111RQ0642
- Response Due
- 5/24/2011
- Archive Date
- 7/23/2011
- Point of Contact
- Ruth Howard
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in the Federal Acquisition Regulations (FAR) subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the Request for Quotation (RFQ) for the required items under Solicitation No. VA-241-10-RQ-0642. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-37. The North American Industry Classification System (NAICS) number is 238320, the business size is 14.0 million. The solicitation responses must be submitted by 1:00 P.M. Eastern Standard Time on May 25, 2010 FOB Destination. A Site Visit will be held on Thursday, May 19, 2011 at 1:00 P.M., Manchester VAMC, VISN 1 Contracting Department Lobby, 718 Smyth Road, Manchester, MA. Requests for Information must be e-mailed to Ruth.Howard@va.gov and are due by 1:00 P.M. on May 23, 2011. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Please provide a valid DUNS # with your submission. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2 - Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5 - Contract Terms and Conditions to Implement Statutes or Executive Orders - Commercial Items must be followed. Also included is FAR 52.246-4- Inspection of Services. VAAR Provisions include 852.203-70 - Commercial Advertising; 852,215-70, Service Disabled Veteran-Owned and Veteran-Owned and Veteran-Owned Small Business Evaluation Factors; 852.215.71, Evaluation Factor Commitments; VA Notice of Total Veteran-Owned Small Business Set-Aside; 852.237-70 - Contractor Responsibilities; 852.273-76 Electronic Invoice Submission; 804.1102 Verification of Status of Apparently Successful Offeror The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The evaluation criteria for this procurement are listed in full text at the end of the RFQ 52.212-2 EVALUATION. If an offeror does not meet all mandatory criteria, as listed below they will be considered non-responsive to this RFQ. The Contracting Officer is not authorized to execute commercial agreements. The only contractual vehicle that will obligate both parties will be an executed SF1449 with attached clauses (as included in this combined synopsis/solicitation) The SF1449 should be executed by a vendor representative with appropriate authority. Please consider with this with your quotation. B.1 SCOPE OF WORK FOR AST PAINTING Background The undersides of the tank containment vessels need to be prepped and painted. Project Tasks Aboveground Storage Tanks: Tank #CapacityContentsTank TypeTank MaterialContainment TypeLocation TASK 1 AST-1 20,000 gal#2 Fuel OilHorizontalSingle wall coated steel dike tankSteelTank Farm AST-2 20,000 gal#2 Fuel OilHorizontalSingle wall coated steel dike tankSteelTank Farm AST-31,000 galDieselHorizontalSingle wall coated steel dike tankSteelTank Farm AST-4 500 gal GasolineHorizontalFireguard double wall coated steel SteelTank Farm AST-5 500 gal DieselHorizontalSingle wall coated steel dike tankSteelTank Farm TASK 2 AST-6 5,000 gal DieselHorizontalSingle wall coated steel dike tankSteelCLC Courtyard TASK 1: Prep and paint tasks related to tanks 1 through 5 DESCRIPTION OF WORK TO BE PERFORMED Prepare and paint the underside of the containment vessels for Tanks 1 through 5 in the tank farm and apply two coats of epoxy per the specifications referenced. DELIVERABLES The Contractor will submit to the contracting officer for approval: 1.Cut sheets and other manufacturers' information for the painting system proposed for this task. Allow 2 weeks for the reviewing process. 2.MSDS's for all chemicals that will be used on site must be submitted for approval before chemicals are brought on site. Allow 2 weeks for the reviewing process. 3.Activity Hazard Analysis (AHA) for the project. Allow 2 weeks for the reviewing process. 4.Provide for review and approval: lock out/ tag out program and training records for workers performing work on site; electrical safety program and training records for workers performing work on site; fall protection program and training records for workers performing work on site; crane inspections (annual and daily) when crane work is being done; OSHA 10 hour safety training for all workers performing work on site; OSHA 30 hour safety training records for site superintendent. Allow 2 weeks for the reviewing process. 5.Daily progress reports will be provided to the COTR. 6.The contractor is to generate a waste profile for the disposal of the waste generated during this portion of the project. TASK 2: Prep and paint tasks related to tank 6 DESCRIPTION OF WORK TO BE PERFORMED Prepare and paint the underside of the containment vessel of Tank 6 in the CLC Courtyard and apply two coats of epoxy per the specifications referenced. DELIVERABLES The Contractor will submit to the contracting officer for approval: 1.Cut sheets and other manufacturers' information for the painting system proposed for this task. Allow 2 weeks for the reviewing process. 2.MSDS's for all chemicals that will be used on site must be submitted for approval before chemicals are brought on site. Allow 2 weeks for the reviewing process. 3.Activity Hazard Analysis (AHA) for the project. Allow 2 weeks for the reviewing process. 4.Provide for review and approval: lock out/ tag out program and training records for workers performing work on site; electrical safety program and training records for workers performing work on site; fall protection program and training records for workers performing work on site; crane inspections (annual and daily) when crane work is being done; OSHA 10 hour safety training for all workers performing work on site; OSHA 30 hour safety training records for site superintendent. Allow 2 weeks for the reviewing process. 5.Daily progress reports will be provided to the COTR. 6.The contractor is to generate a waste profile for the disposal of the waste generated during this portion of the project. Other Considerations for the Proposal Perform work in compliance with Specifications: Attachment A: 01 00 00 - General Requirements Attachment B: 09 91 00 - Painting Other items of note: 1.All materials are to be asbestos free. 2.No lead based paint is to be utilized in the performance of the work of these tasks. 3.The provisions of all applicable NFPA, OSHA, EPA, and VA codes, Federal, State, and local regulations shall be followed throughout the course of this project. Applicable VA publications and design manuals are available to the successful bidder at www.va.gov/facmgt. 4.Please allow two weeks for the review of submittals when planning schedules: "Cut sheets and other manufacturers' information for the painting system proposed for this task. Allow 2 weeks for the reviewing process. "All MSDS's for materials and chemicals must be submitted and approved prior to the start of their use on station. Allow 2 weeks for the reviewing process. "Activity Hazard Analysis (AHA) for the project. Allow 2 weeks for the reviewing process. "It is presumed that the work of the project will require the use of respirators, fall prevention, hazardous materials, lockout / tag out, and confined space entry. Therefore, the Contractors written programs as well as all documentation of personnel training on those plans shall be submitted for review and acceptance prior to the start of work on site. Allow 2 weeks for the reviewing process. 5.After award, VA personnel familiar with the facility will be available during the field investigations. It is expected that the Contractor will view the site and verify all information necessary for the development of the work plan. The Contractor shall set up appointments with the COTR for these site investigations at least three (3) workdays in advance of the date of the planned visit. Non-compliance with this requirement will mean no staff will be available to guide, and to help on these surveys. Secondly, the VA will not be billed for reviews that do not comply with this section. 6.All debris shall be transported from the work site in covered containers. Dumpsters also must be covered while they are on VA property. 7.Any work impacting life safety or utility shut downs shall be scheduled a minimum of two weeks in advance. This includes, but is not limited to, any work requiring a shutdown of the fire alarm or sprinkler system, any work that will leave a clear path less than four feet wide in a corridor, any work involving lifting (crane) operations, any work that will limit the ability of fuel to be available for an extended period of time (longer than 9 hours), and any work that will close a building exit. 8.Construction activities are not to interfere with patient care or the operation of this facility 9.End of day clean up of the work area(s) is mandatory. There will be no exception to the daily clean up requirement. Construction waste will be appropriately stored. Storing construction waste near a storage trailer is not permitted. 10.Hot Work Permits (for welding, brazing, soldering, torch cutting, etc.) are to be applied for through the COTR. Penetration permits for any wall or slab penetrations shall also be required. 11.It is presumed that the work plan includes requirements for respirators, fall prevention, hazardous materials, lockout / tag out, and confined space entry. Therefore, the Contractors written programs must be included in the document. 12.All hazardous materials must be submitted for review and approval by the Medical Center before they can be brought on site. Where ever possible, it is anticipated that the least hazardous materials necessary will be used. 13.There is no internal bulk storage on VA property. However, there is some space for parking storage trailers, permission for which must be applied for through the COTR. The contractor must furnish their own storage trailers. 14.Contractor vehicles, including those of their employees, are to be parked in Lot D. 15.Smoking is permitted only in designated locations. 16.All work shall occur during normal administrative hours (8 AM to 4:30 PM, M-F, Holidays excluded). 17.Protection of existing vegetation, structures, equipment, utilities, and improvements: "The Contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work site, which are not to be removed and which do not unreasonably interfere with the work required under this contract. "The Contractor shall protect from damage all existing improvements and utilities at or near the work. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor. 18.Restoration: "Remove, cut, alter, replace, patch and repair existing work as necessary to install new work. Except as otherwise shown or specified, do not cut, alter or remove any structural work, and do not disturb any ducts, plumbing, steam, gas, or electric work without approval of the Contracting Officer's Technical Representative. Existing work to be altered or extended and that is found to be defective in any way, shall be reported to the Contracting Officer's Technical Representative before it is disturbed. Materials and workmanship used in restoring work, shall conform in type and quality to that of original existing construction, except as otherwise shown or specified. "Upon completion of contract, deliver work complete and undamaged. Existing work (mechanical and electrical work, lawns, paving, roads, walks, etc.) disturbed or removed as a result of performing required new work, shall be patched, repaired, reinstalled, or replaced with new work, and refinished and left in as good condition as existed before commencing work. "At Contractor's own expense, Contractor shall immediately restore to service and repair any damage caused by Contractor's workmen to existing piping and conduits, wires, cables, etc., of utility services or of fire protection systems and communications systems (including telephone) which are indicated on drawings and which are not scheduled for discontinuance or abandonment. 19.There will be one opportunity to visit the facility to review site conditions during the bidding process. 20.The successful bidder shall comply with the latest version of VA Office of Construction and Facilities Management Master Specifications for painting and dampproofing. These specifications are available over the Internet at http://www.va.gov/facmgt/standard 21.The work of the project is to be completed no later than 45 days after the Notice to Proceed. B.2 PRICE/COST SCHEDULE ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 1.Paint AST Bottoms SOW Prep and paint bottoms of 6 Above Ground Storage tanks per attached specifications. 1.00 JB ____________ ____________ ____________________ GRAND TOTAL --- ==================== B.3 DELIVERY SCHEDULE DATE OF DELIVERY PERIOD OF PERFORMANCE______________________ SHIP TO: VAMC Manchester 1.1 GENERAL INTENTION A.Contractor shall completely prepare site for painting operations, including demolition and removal of existing structures, and furnish labor and materials and perform work for painting six above ground storage tanks_ as outlined in the Statement of Work and specifications. B.There will be one opportunity to visit the site during the bidding period. C.All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access. D.Prior to commencing work, general contractor shall provide proof that an OSHA certified "competent person" (CP) (29 CFR 1926.20(b)(2) will maintain a presence at the work site whenever the general or subcontractors are present. E.Training: 1.All employees of general contractor or subcontractors shall have the 10-hour OSHA certified Construction Safety course and /or other relevant competency training, as determined by VA CP with input from the ICRA team. 2.The site Superintendent of the general contractor shall have the 30-hour OSHA certified Construction Safety course and / or other relevant competency training, as determined by VA CP with input from the ICRA team. 3.Submit training records of all such employees to the Contracting Officer (CO) or Contracting Officer's Technical Representative (COTR) for acceptance or approval before the start of work. 1.2 STATEMENT OF BID ITEMS A.ITEM 1, Paint Tanks 1, 2, 3, 4, 5 Work includes general construction, and work as outlined in the statement of work and specifications. B.ITEM 2, Paint Tanks 6: Work includes general construction, and work as outlined in the statement of work and specifications. 1.3 CONSTRUCTION SECURITY REQUIREMENTS A.Security Procedures: 1.General Contractor's employees shall not enter the project site without appropriate badge. They may also be subject to inspection of their personal effects when entering or leaving the project site. 2.For working outside the "regular hours" as defined in the contract, The General Contractor shall give 3 days notice to the Contracting Officer so that security arrangements can be provided for the employees. This notice is separate from any notices required for utility shutdown described later in this section. 3.No photography of VA premises is allowed without written permission of the Contracting Officer. 4.VA reserves the right to close down or shut down the project site and order General Contractor's employees off the premises in the event of a national emergency. The General Contractor may return to the site only with the written approval of the Contracting Officer. B.Key Control: 1.The General Contractor shall provide duplicate keys and lock combinations to the Resident Engineer for the purpose of security inspections of every area of project including tool boxes and parked machines and take any emergency action. C.Document Control: 1.The General Contractor is responsible for safekeeping of all drawings, project manual and other project information. This information shall be shared only with those with a specific need to accomplish the project. 2.Notify Contracting Officer and Site Security Officer immediately when there is a loss or compromise of "sensitive information". D.Motor Vehicle Restrictions 1.Contractor personnel shall park in areas designated y the CO. 1.4 FIRE SAFETY A.Applicable Publications: Publications listed below form part of this Article to extent referenced. Publications are referenced in text by basic designations only. 1.American Society for Testing and Materials (ASTM): E84-2008Surface Burning Characteristics of Building Materials 2.National Fire Protection Association (NFPA): 10-2006Standard for Portable Fire Extinguishers 30-2007Flammable and Combustible Liquids Code 51B-2003Standard for Fire Prevention During Welding, Cutting and Other Hot Work 70-2007National Electrical Code 241-2004Standard for Safeguarding Construction, Alteration, and Demolition Operations 3.Occupational Safety and Health Administration (OSHA): 29 CFR 1926Safety and Health Regulations for Construction B.Fire Safety Plan: Establish and maintain a fire protection program in accordance with 29 CFR 1926. Prior to start of work, prepare a plan detailing project-specific fire safety measures, including periodic status reports, and submit to CO and COTR for review for compliance with contract requirements. Prior to any worker for the contractor or subcontractors beginning work, they shall undergo a safety briefing provided by the general contractor's competent person per OSHA requirements. This briefing shall include information on the construction limits, VAMC safety guidelines, means of egress, break areas, work hours, locations of restrooms, use of VAMC equipment, etc. Documentation shall be provided to the CO that individuals have undergone contractor's safety briefing. C.Site and Building Access: Maintain free and unobstructed access to facility emergency services and for fire, police and other emergency response forces in accordance with NFPA 241. D.Separate temporary facilities, such as trailers, storage sheds, and dumpsters, from existing buildings and new construction by distances in accordance with NFPA 241. For small facilities with less than 6 m (20 feet) exposing overall length, separate by 3m (10 feet). E.Temporary Construction Partitions: 1.Install and maintain temporary construction partitions to provide protection and separation between construction areas and adjoining areas, as well as to comply with any ICRA requirements. F.Temporary Heating and Electrical: Install, use and maintain installations in accordance with 29 CFR 1926, NFPA 241 and NFPA 70. G.Means of Egress: Do not block exiting for occupied buildings, including paths from exits to roads. Minimize disruptions and coordinate with CO or COTR. H.Egress Routes for Construction Workers: Maintain free and unobstructed egress. Inspect daily. Report findings and corrective actions weekly to CO and COTR. I.Fire Extinguishers: Provide and maintain extinguishers in construction areas and temporary storage areas in accordance with 29 CFR 1926, NFPA 241 and NFPA 10. J.Flammable and Combustible Liquids: Store, dispense and use liquids in accordance with 29 CFR 1926, NFPA 241 and NFPA 30. K.Fire Hazard Prevention and Safety Inspections: Inspect entire construction areas weekly. Coordinate with, and report findings and corrective actions weekly to CO. L.Smoking: Smoking is prohibited in and adjacent to construction areas and inside existing buildings. Smoking is restricted to specific areas on the Medical Center. The CO and COTR can provide information on those locations. M.Dispose of waste and debris in accordance with NFPA 241. Remove from buildings daily. N.Perform other construction, alteration and demolition operations in accordance with 29 CFR 1926. O.If required, submit documentation to the CO / COTR that personnel have been trained in the fire safety aspects of working in areas with impaired structural or compartmentalization features. 1.5 OPERATIONS AND STORAGE AREAS A.The Contractor shall confine all operations on Government premises to areas authorized or approved by the Contracting Officer. The Contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractor's performance. THERE IS NO STORAGE AVAILABLE IN THE MEDICAL CENTER. B.The Contractor shall use only established roadways, or use temporary roadways constructed by the Contractor when and as authorized by the Contracting Officer. When materials are transported in prosecuting the work, vehicles shall not be loaded beyond the loading capacity recommended by the manufacturer of the vehicle or prescribed by any Federal, State, or local law or regulation. When it is necessary to cross curbs or sidewalks, the Contractor shall protect them from damage. The Contractor shall repair or pay for the repair of any damaged curbs, sidewalks, or roads. CExecute work in such a manner as to interfere as little as possible with work being done by others. Keep roads clear of construction materials, debris, standing construction equipment and vehicles at all times. D.Execute work so as to interfere as little as possible with normal functioning of Medical Center as a whole, including operations of utility services, fire protection systems and any existing equipment, and with work being done by others. Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied, during construction, jointly by patients or medical personnel, and Contractor's personnel, except as permitted by CO / COTR where required by limited working space. 1.Do not store materials and equipment in other than assigned areas. 2. Schedule delivery of materials and equipment to immediate construction working areas in quantities sufficient for not more than two work days. Provide unobstructed access to Medical Center areas required to remain in operation. E.Utilities Services: Maintain existing utility services for Medical Center at all times. 1.No utility service such as water, gas, steam, sewers or electricity, or fire protection systems and communications systems may be interrupted without prior approval of CO. Electrical work shall be accomplished with all affected circuits or equipment de-energized. NO LIVE ELECTRICAL WORK IS PERMITTED. 2.Contractor shall submit a request to interrupt any such services to CO, in writing, 2 weeks in advance of proposed interruption. Request shall state reason, date, exact time of, areas impacted and approximate duration of such interruption. 3.Contractor will be advised (in writing) of approval of request, or of which other date and/or time such interruption will cause least inconvenience to operations of Medical Center. Interruption time approved by Medical Center may occur at other than Contractor's normal working hours. 4.In case of a contract construction emergency, service will be interrupted on approval of CO. Such approval will be confirmed in writing as soon as practical. F.To minimize interference of construction activities with flow of Medical Center traffic, comply with the following: 1.Keep roads, walks and entrances to grounds, to parking and to occupied areas of buildings clear of construction materials, debris and standing construction equipment and vehicles. // Wherever excavation for new utility lines cross existing roads, at least one lane must be open to traffic at all times. // 2.Method and scheduling of required cutting, altering and removal of existing roads, walks and entrances must be approved by the Resident Engineer. G.Coordinate the work for this contract with other construction operations as directed by CO. This includes the scheduling of traffic and the use of roadways. 1.6 ALTERATIONS A.Survey: Before any work is started, the Contractor shall make a thorough survey with the COTR of buildings, and areas of buildings in which alterations occur and areas which are anticipated routes of access, and furnish a report, signed by all parties, to the Contracting Officer. This report shall list by rooms and spaces: 1.Existing condition and types of resilient flooring, doors, windows, walls and other surfaces not required to be altered throughout // affected areas of buildings. 2.Existence and conditions of items such as plumbing fixtures and accessories, electrical fixtures, equipment, venetian blinds, shades, etc., required by drawings to be either reused or relocated, or both. 3.Shall note any discrepancies between drawings and existing conditions at site. 4.Shall designate areas for working space, and routes of access to areas within buildings where alterations occur and which have been agreed upon by Contractor and Resident Engineer. B.Re Survey: Ten days before expected partial or final inspection date, the Contractor and CO or COTR together shall make a thorough re survey of the areas of buildings involved. They shall furnish a report on conditions then existing, of resilient flooring, doors, windows, walls and other surfaces as compared with conditions of same as noted in first condition survey report: 1.Re survey report shall also list any damage caused by Contractor to such flooring and other surfaces, despite protection measures; and, will form basis for determining extent of repair work required of Contractor to restore damage caused by Contractor's workmen in executing work of this contract. C.Protection: Provide the following protective measures: 1.Temporary protection against damage for portions of existing structures and grounds where work is to be done, materials handled and equipment moved and/or relocated. 2.Protection of interior of existing structures at all times, from damage, dust and weather inclemency. Wherever work is performed, floor surfaces that are to remain in place shall be adequately protected prior to starting work, and this protection shall be maintained intact until all work in the area is completed. 3. Areas disturbed shall be restored to their original condition. 1.7 INFECTION PREVENTION MEASURES A.Implement the requirements of VAMC's Infection Control Risk Assessment (ICRA) team. ICRA Group may monitor dust in the vicinity of the construction work and require the Contractor to take corrective action immediately if the safe levels are exceeded. B.Establish and maintain a dust control program as part of the contractor's infection preventive measures in accordance with the guidelines provided by ICRA Group as specified here In the Statement of Work. Prior to start of work, prepare a plan detailing project-specific dust protection measures, including periodic status reports, and submit to CO and COTR for review for compliance with contract requirements. 1.All personnel involved in the construction or renovation activity shall be educated and trained in infection prevention measures established by the medical center. C.Medical center Infection Control personnel shall monitor for airborne dust dirt and debris. A baseline of conditions may be established by the medical center prior to the start of work and periodically during the construction stage to determine impact of construction activities on air quality. In addition: 1.In case of any problem, the medical center, along with assistance from the contractor, shall conduct an environmental assessment to find and eliminate the source. D.In general, following preventive measures shall be adopted during construction to keep down dust and prevent mold. 1.Dampen debris to keep down dust and provide temporary construction partitions where directed by COTR. 2.There shall be no standing water during construction. This includes water in equipment drip pans and open containers within the construction areas. All accidental spills must be cleaned up and dried within 12 hours. Remove and dispose of porous materials that remain damp for more than 72 hours. 3.At completion, remove construction barriers and ceiling protection carefully, outside of normal work hours. Vacuum and clean all surfaces free of dust after the removal. E.Final Cleanup: 1.Upon completion of project, or as work progresses, remove all construction debris from the work area that have been part of the construction. 1.8 DISPOSAL AND RETENTION A.Materials and equipment accruing from work removed and from demolition of buildings or structures, or parts thereof, shall be disposed of as follows: 1.Materials shall be recycled as much as possible. 1.9 PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS A.The Contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work site, which are not to be removed and which do not unreasonably interfere with the work required under this contract. The Contractor shall only remove trees when specifically authorized to do so, and shall avoid damaging vegetation that will remain in place. If any limbs or branches of trees are broken during contract performance, or by the careless operation of equipment, or by workmen, the Contractor shall trim those limbs or branches with a clean cut and paint the cut with a tree pruning compound as directed by the Contracting Officer. B.The Contractor shall protect from damage all existing improvements and utilities at or near the work site and on adjacent property of a third party, the locations of which are made known to or should be known by the Contractor. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor. C.Refer to FAR clause 52.236-7, "Permits and Responsibilities," which is included in General Conditions. A National Pollutant Discharge Elimination System (NPDES) permit is required for this project. The Contractor is considered an "operator" under the permit and has extensive responsibility for compliance with permit requirements. VA will make the permit application available at the (appropriate medical center) office. The apparent low bidder, contractor and affected subcontractors shall furnish all information and certifications that are required to comply with the permit process and permit requirements. Many of the permit requirements will be satisfied by completing construction as shown and specified. Some requirements involve the Contractor's method of operations and operations planning and the Contractor is responsible for employing best management practices. The affected activities often include, but are not limited to the following: -Designating areas for equipment maintenance and repair; -Providing waste receptacles at convenient locations and provide regular collection of wastes; -Locating equipment wash down areas on site, and provide appropriate control of wash-waters; -Providing protected storage areas for chemicals, paints, solvents, fertilizers, and other potentially toxic materials; and -Providing adequately maintained sanitary facilities. 1.10 RESTORATION A.Remove, cut, alter, replace, patch and repair existing work as necessary to install new work. Except as otherwise shown or specified, do not cut, alter or remove any structural work, and do not disturb any fuel, gas, or electric work without approval of the CO / COTR. Existing work that is found to be defective in any way shall be reported to the COTR before it is disturbed. Materials and workmanship used in restoring work shall conform in type and quality to that of original existing construction, except as otherwise shown or specified. B.Upon completion of contract, deliver work complete and undamaged. Existing work (mechanical and electrical work, lawns, paving, roads, walks, etc.) disturbed or removed as a result of performing required new work, shall be patched, repaired, reinstalled, or replaced with new work, and refinished and left in as good condition as existed before commencing work. C.At Contractor's own expense, Contractor shall immediately restore to service and repair any damage caused by Contractor's workmen to existing piping and conduits, wires, cables, etc., of utility services or of fire protection systems and communications systems (including telephone) which are indicated on drawings and which are not scheduled for discontinuance or abandonment. D.Expense of repairs to such utilities and systems not shown on drawings or locations of which are unknown will be covered by adjustment to contract time and price in accordance with clause entitled "CHANGES" (FAR 52.243 4 and VAAR 852.236 88) and "DIFFERING SITE CONDITIONS" (FAR 52.236 2). 1.11 USE OF ROADWAYS A.For hauling, use only established public roads and roads on Medical Center. When necessary to cross curbing, sidewalks, or similar construction, they must be protected by well constructed bridges. 1.12 TEMPORARY TOILETS A.Provide for use of all Contractor's workmen ample temporary sanitary toilet accommodations with suitable sewer and water connections; or provide suitable dry closets where directed. Keep such places clean and free from flies, and all connections and appliances connected therewith are to be removed prior to completion of contract, and premises left perfectly clean. 1.13 AVAILABILITY AND USE OF UTILITY SERVICES A.The Government shall make all reasonably required amounts of utilities available to the Contractor from existing outlets and supplies. The Contractor shall carefully conserve any utilities furnished without charge. B.Heat: Furnish temporary heat necessary to prevent injury to work and materials through dampness and cold. C.Electricity (for Construction): 1.Obtain electricity by connecting to the Medical Center electrical distribution system. D.Water (for Construction): 1.Obtain water by connecting to the Medical Center water distribution system. Provide reduced pressure backflow preventer at each connection. Water is available at no cost to the Contractor. 1.14 HISTORIC PRESERVATION Where the Contractor or any of the Contractor's employees, prior to, or during the construction work, are advised of or discover any possible archeological, historical and/or cultural resources, the Contractor shall immediately notify the Resident Engineer verbally, and then with a written follow up. 1.15 GREEN ENVIRONMENTAL MANAGEMENT SYSTEMS (GEMS) In accordance with requirements of the VAMC Manchester's Green Environmental Management Systems (GEMS) program, the contractor must comply with the provisions of Executive Order 13423 - "Strengthening Federal Environmental, Energy, and Transportation Management" and 13514 "Federal Leadership in Environmental, Energy, And Economic Performance". The contractor must plan and conduct their activities in an environmentally, economically, and fiscally sound, integrated, continuously improving, efficient, sustainable, manner. The contractor, as possible, should incorporate the use of environmentally preferable materials, pollution prevention strategies, and appropriately manage the waste streams associated with their activities (e.g. use of green materials, waste minimization, waste material recycling, etc.). In addition, the Contractor shall ensure that their employees are aware of their roles and responsibilities, and conduct their work consistent with EO 13423 and 13514 while understanding how these requirements affect their work performed under this contract. - E N D D.3 RFI LOG Above Ground Storage Tanks VAMC Manchester, NH SubmittalsQuestionResponse 1.What are the AST resting on? Concrete or steel stations? The AST's sit in a secondary containment of steel with steel cradles 2.How high off the ground are the AST? The tanks sit in their secondary containment. The containment sits on top of a concrete base of 6 to 8 inches in height, which in turn sits on a concrete slab. 3.Do the tanks contain fuel? The tanks contain the fuels noted in the solicitation. 4.If the tanks are empty have they been purged? The tanks are not empty. There are no plans to empty them at this time. They have not been purged. 5.Any electrical work to be performed? No electrical work is planned at this time. SubmittalsQuestionResponse 6.Is the tank storage area covered? The tank storage area is uncovered. The secondary containment has covers that are removable. 7.Is an extension possible? The tanks cannot be extended. 8.What color are the tanks? Currently, they are white. 9.Any welding required?No welding is planned at this time. 10.Will we be required to enter into the tanks?Tank entry is not planned at this time. Entry into the secondary containment will be required to complete the work of this project. 11.1.Tank dimensions (Length, width, height)See Chart Below: Tank Dimensions Tank #CapacityContentsLengthDiameter TASK 1 AST-1 20,000 gal#2 Fuel Oil405"120" AST-2 20,000 gal#2 Fuel Oil405"120" AST-31,000 galDiesel73"64" AST-4 500 gal Gasoline77"60" AST-5 500 gal Diesel67"48" TASK 2 AST-6 5,000 gal Diesel166"96" PAST PERFORMANCE QUESTIONNAIRE Prepare Five (5) Part 1 forms for general service Provide the following information requested in this format for each of the projects/contracts being described. Projects may be on going and cannot have been completed any later than 3 years prior to the solicitation issue date. Provide frank, concise comments regarding YOUR PERFORMANCE on the contracts you identify. Use as much space as required. A. Offeror (Your) Name (Company/Division): B. Project/Contract Title: C. Contract Specifics: 1. Description of Effort as _________________Prime or _______________Subcontractor 2. Contract Number _____________________ 3. Original Contract $ Value _____________ Current/Final Contract $ Value ____________ 4. If amounts in 3 above are different, provide a brief description of the reason: 5. Completion Date: 1. Original Date: _________________ 2. Current Schedule____________________ 3. Estimate/Final Completion Date:________________________________ 4. Primary cause for Contract Modifications__________________________________ D. Provide detailed description of the work performed under the contract and describe why you believe the work is very relevant, relevant or semi-relevant to this solicited project. (Use as much space as necessary) In addition, address the following 1. Describe the specific elements of the work performed by your firm. 2. Indicate what elements of work were performed by your major subcontractors and indicate if those same subcontractors will be used on this project. 3. Address any technical areas about this project you consider uniquely relevant to this solicitation E.4 SELECTION CRITERIA AND WEIGHTINGS Proposals will be evaluated and award will be made based on Lowest Price Technical Acceptable to the Government as per FAR Part 15.101.2. Responsibility determination will be made in accordance with FAR 9.1 Responsible Prospective Contractors. Technical Evaluation Factor Ratings: 1. Schedule: The schedule will be evaluated on the basis of technical merit, ability to meet the schedule and approach to complete the project within the specified project duration. 2. Experience and Technical Approach: Demonstrate your understanding of the magnitude of the solicitation requirements and submit a proposed approach to meet contract specifications and schedule deadlines. 3. Experience and Technical Approach: Describe the project team for this effort. Include list of subcontractors, suppliers and provide a brief resume of the proposed personnel. 4. Experience and Technical Approach: Describe the organizations' past experience in painting Above Ground Storage Tank within the past 5 years and similar projects. Provide project title, project number, with name, phone number and email for a contact person. The Government will rate an offeror's Technical proposal using a GO/NO GO rating that is based on the technical requirements and technical approach submitted in response to this solicitation and that the offeror has met all the requirements required in Request for Proposal. Technical and past performance, when combined, are significantly greater than price. (a) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Important Note: Respond to all requirements of the solicitation. Failure to provide the information required will render the offer unacceptable. The Government intends to award a contract resulting from this solicitation without holding discussion, therefore, offerors shall ensure that their initial proposal offers the best terms from a technical and price standpoint. (End of Provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24111RQ0642/listing.html)
- Document(s)
- Attachment
- File Name: VA-241-11-RQ-0642 VA-241-11-RQ-0642_4.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=200096&FileName=VA-241-11-RQ-0642-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=200096&FileName=VA-241-11-RQ-0642-002.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-241-11-RQ-0642 VA-241-11-RQ-0642_4.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=200096&FileName=VA-241-11-RQ-0642-002.docx)
- Place of Performance
- Address: Manchester VAMC;718 Smyth Road;Manchester, NH
- Zip Code: 03104-7007
- Zip Code: 03104-7007
- Record
- SN02446069-W 20110514/110512234253-daf5e8b1f1102c65e0479eca98ff2485 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |