DOCUMENT
Z -- Water Tower Tank Evaluation Report To provide a complete Water Tower Tank Evaluation and Reprot Water Tank Washout and Disinfecting in accordance with the American Water Works Association C652-11. - Attachment
- Notice Date
- 3/17/2016
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
- ZIP Code
- 33637
- Solicitation Number
- VA24816Q0702
- Response Due
- 3/31/2016
- Archive Date
- 4/10/2016
- Point of Contact
- Jose R. Sierra-Colon
- E-Mail Address
-
jose.sierra-colon@va.gov
(Jose.Sierra-Colon@va.gov)
- Small Business Set-Aside
- N/A
- Description
- I.INTRODUCTION: The James A. Haley Tampa VA Hospital, 13000 Bruce B. Downs, Tampa FL 33612, has a requirement for the complete Water Tank Evaluation and Report, Water Tank Washout and Disinfection in accordance with AWWA C652-11. The Contractor shall furnish all necessary labor, parts, equipment, tools, material and transportation required to perform this service. It is strongly recommended that the contractor makes a site visit to determine what will be needed in order to accomplish all requirements of this statement of work. Site visit will be schedule for March 24, 2016 at 1000AM. II.SCOPE OF WORK: Contractor shall provide complete Tank Evaluation and Report, Tank Washout and Disinfection in accordance with AWWA C652-11 for the James A. Haley Veterans' Hospital, 13000 Bruce B. Downs Blvd, Tampa Florida 33612. Contractor shall furnish all necessary labor, parts, equipment, tools, materials and transportation required to perform this service. The contactor shall provide all tools, equipment and cleaning materials needed for this contract. The Contractor personnel shall have all the required training and certifications to perform duties as delineated in this contract. All certifications and training requirements shall be provided upon request of the Contract Specialist or the Contracting Officer Representative. III. WORKING HOURS: Work shall be performed on weekdays, excluding Federal holidays, during hospital's regular weekday working hours of 8:00 a.m. - 5:00 p.m. GOVERNMENT HOLIDAYS "New Year's Day ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦January 1 "Martin Luther King's Birthday ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦.3rd Monday in January "President's Day ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦..3rd Monday in February "Memorial Day ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦Last Monday in May "Independence Day ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦..July 4th "Labor Day ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦1st Monday in September "Columbus Day ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦2nd Monday in October "Veteran's Day ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦November 11 "Thanksgiving Day ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦..Last Thursday in November "Christmas Day ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦........December 25 Any other day designated by the President as a national holiday. When one of the holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When holiday falls on a Saturday, the preceding Friday is observed as a legal holiday by US Government agencies. The work shall be scheduled in advanced with the VA once the contract has been awarded. The exact dates and times are subject to the VA discretion, approval and environmental conditions. V.PRE-INSPECTION MEETINGS: Prior to the service, the contractor shall attend a meeting with VA's Facilities Management Service personnel, either on site or teleconference. Purpose of this meeting is to ensure all considerations relative to this work are discussed. The work schedule shall then be established. It is extremely important that a schedule be made and adhered to. VI.SPECIFIC TASKS: Tank Evaluation: Evaluate the tank's interior, exterior, accessories, and visible portions of the foundations. Conduct the on-site field evaluation consisting of the roof and other structural members of the tank, coatings, safety and sanitary, and submittal of a certified engineering report outlining the observations and recommendations for rehabilitation and maintenance. Tank evaluation will be the "DRY EVALUATION". Field Evaluation: Access the tank surfaces by rigging and rappelling on the exterior as required by the condition of the tank to identify sanitary, safety, or structural deficiencies. While rappelling, look for irregularities to be analyzed by TMI engineering staff. Take ultrasonic thickness measurements to analyze deviations from the original thickness to determine the effect on the tank. Visually evaluate to locate cracks, spalling, or other types of deterioration. Test coating and adhesion and provide recommendations for painting and rehabilitation of the tank. Photograph tank to document condition of the tank. VII.REPORTS: Documentation required at the end of the service. Contractor shall provide a written service report to the VA's FMS Supervisor. This report shall clearly indicate the date of service, type of service performed name of field technician (s), a description of the work performed, and a report of the findings of all equipment involved and provide photographs documenting the condition of the tank. VIII.COMPLIANCE: The contractor shall be fully responsible for cleaning of the work area and equipment upon completion of work. All accumulated rubbish shall be removed daily. Any substance creating an unsafe operating area shall be removed daily. The contractor shall be responsible for the proper disposal of all hazardous materials as a result of this contract. IX.PERIOD OF PERFORMANCE: The James A. Haley VAMC will award a single "firm-fixed price contract" pursuant to this solicitation for commercial items. The period of performance for this requirement will start ten (10) day after award date and the pre-inspection meeting through the work acceptance by the Contracting Officer Representative or by an authorized VA appointed personnel. The type of contract to be awarded will be a Firm fixed price for all contracts awarded under this solicitation. X.SPECIAL QUALIFICATIONS: All work shall be performed by fully qualified contractor personnel and all certification documents must be presented at the time of the contract being awarded. The contractor must present a Life/Safety plan to the James A. Haley staff prior to the work starting. The VA reserves the right to reject any of the contractor's personnel and refuse them permission to work on VA property for good cause. Contractor's employees must be aware that work is in a hospital environment and courtesy must be extended to patients and visitors. Work shall be coordinated to minimize impact to hospital operations. Xl.SAFETY AND HEALTH/ COMPLIANCE REGULATIONS: The Contractor shall comply with all applicable federal, state and local laws and ensure that job performance shall at all times protecting persons, material, equipment, and supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. 1.The Contractor shall observe all safety precautions throughout the performance of the contract. 2.All work shall be in strict accordance with all applicable Federal, State and local safety and health requirements. Where there is a conflict between applicable regulations, the most stringent will apply. 3.The Contractor shall assume full responsibility and liability for compliance with all applicable regulations pertaining the health and safety of personnel during the execution of work. 4.The Contractor shall determine the need for and provide any personal protective items required for the safe performance of work. Protective clothing, equipment, and devices shall, as a minimum, conform to United States Occupational Safety and Health Administration (OSHA) standards for the products being used. 5.Contractor must obey all Environmental Protection Agency (EPA) regulations. Xll. GOVERNMENT BADGES: The COR will coordinate the issuance of required access badges to Contractor's personnel. The Contractor shall provide the COR with a list of Contractor employees expected to enter the buildings to perform the services. While on VA premises, all Contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. 1.Contractor Point of Contact: The contractor shall provide the name and contact number of a point of contact and an alternate that shall be responsible for the performance of services no later than three (3) days after award. 2.Contract personnel shall wear laminated identification badges provided by the Government at all times when performing. 3.Contractor Employees: Contractor's personnel shall present and carry themselves in a neat and professional manner while on Facility Campus. She/he shall comply with all policy and regulations of this facility. 4.Badges shall be worn on the outer garment, at or above the waist (facing forward) attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. 5.Government issued identification badges remain the property of the Government and shall be returned to the issuing office or other designated Government employee upon transfer of Contractor personnel from the contract. 6.Contractor Badges. Notwithstanding the requirement to wear a Government furnished badge, Contractor's personnel shall also wear a laminated Contractor identification badge at all times when performing services under this Contract, including when on contract-related travel. The badge will contain a personal picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. 7.The Contractor shall be required to comply with all security policies/requirements. All security policies, requirements must be met and employees cleared prior to the Contractor performing work under this contract. Employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract. 8.It is the responsibility of the Contractor personnel to park in the appropriate designated parking areas. Parking information shall be coordinated with each facility's COR. 9.The Contractor employee must safeguard the access badge and immediately report any lost, stolen, or destroyed badges to the COR. 10.All Contractor personnel must properly display their access badge. The Contractor employee must return the access badge to the COR or designee at the end of each pick up process. Xll. STANDARDS OF CONDUCT Conduct of Personnel: Contractor personnel shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor's employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement. The Government will not reimburse the Contractor for travel and other expenses associated with the removal of personnel. Contractor's personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length in excess of three inches, while assigned under this contract. Working Attire and Appearance: Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. The Government reserves the right to review the qualifications of Contractor's personnel. The intent is solely for verification purpose and not for the Government to become the hiring authority. Xll. NON-PERSONAL SERVICE STATEMENT Contractor's employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the Contractor. Management will ensure that employees properly comply with the Statement of work standards outlined in the SOW. Contractor employees will perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the contract may not be interpreted or implemented in any manner that results in any Contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. Xlll. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES: The contactor shall not deviate from the statement of work (SOW). All work shall be done in accordance with statement of work specifications. Any changes made must be coordinated with COR and the Contracting Officer and shall be in writing prepared by the VA Contracting Officer and signed by both parties prior to any changes going in effect. XlV.EVALUATED OPTINOAL FEATURES: The requesting service will determine if options are required or needed. When it is determined by the end user that the hospital requires the services an option to exercise will be issued 30 days prior to contract expiration. The notice will be forwarded via email delivery, subject to availability of funds. XV.VENDOR: Prior contract history for same or similar job performed, need contact name, phone #, contract #. XVl.DOES HAZMAT APPLY? If so, need to be Hazmat certified. Need COR appointment to verify work performed, certify invoices and so on. XVll. COORDINATION OF WORK: 1. The contractor shall coordinate all work in advance with the Plumbing Shop Work Leader (813) 972-2000 Ext 3715. Cell: 813-610-1631. 2. The contractor shall sign in and get a VA temporary ID badge, then coordinate the days schedule with the Plumbing Shop Work Leader. The RFP VA-248-16-Q-0702 will be advertised as Small Business Set Aside under the North American Industry Classification (NAICS) code 541330 for this procurement, with size standard of $15.0 Million. Only offerors from those firms regularly established in business providing this type of service will be considered by the agency. Interested offerors may obtain an electronic copy of the solicitation free at the FedBidOpps URL address. Once the solicitation is posted, offerors are advice that they are responsible to review and monitor this solicitation in the website frequently to ensure they have the most up to date information about this acquisition. Offerors are advised that they are responsible for obtaining all corresponding amendments. If you are downloading this solicitation, it is strongly recommended that you complete the solicitation mailing list available on the web site. In order to be eligible for a contract award, firms must be registered in the System for Award Management (SAM) at www.sam.gov. Annual Representations and Certifications must be current and filed online at https://orca.bpn.gov/. A Request for quotation (RFQ) for this service is estimated to be released on or about 17 March 2016. Solicitation is being conducted using the policies of FAR Part 13 Simplified Acquisition Procedure, Acquisition of Commercial Items. Award will be made to the lowest price technically acceptable offer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24816Q0702/listing.html)
- Document(s)
- Attachment
- File Name: VA248-16-Q-0702 VA248-16-Q-0702_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2622824&FileName=VA248-16-Q-0702-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2622824&FileName=VA248-16-Q-0702-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-16-Q-0702 VA248-16-Q-0702_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2622824&FileName=VA248-16-Q-0702-000.docx)
- Place of Performance
- Address: James A. Haley VA Medical Hospital;13000 Bruce B. Downs Blvd.;Tampa, Florida
- Zip Code: 33612-4745
- Zip Code: 33612-4745
- Record
- SN04053508-W 20160319/160317234549-8f0cc06e84ccc520c87d502acc239f67 (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 |